Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Multi-Disciplinary Design Team Framework (Residences and Minor Works)

  • First published: 08 November 2022
  • Last modified: 08 November 2022
  • This file may not be fully accessible.

  •  

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-126378
Published by:
Cardiff University
Authority ID:
AA0258
Publication date:
08 November 2022
Deadline date:
08 December 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement is for the appointment of two separate multi-disciplined design teams with one consultant appointed to each lot, (Lot 1 and Lot 2) along with two reserve Framework consultants (one on each lot) to assist with the programme delivery of the summer 2023 – 2027. The Framework will be for Residences Planned Maintenance Programme (PMP), the Residences Fire Strategy Planned Maintenance Programme (FS-PMP), Residences unplanned reactive works and various minor works projects. This procurement exercise has been split into two lots due to the tight programme timescales and the amount of work involved. Both lots are for PMP and FSPMP, unplanned reactive works and various minor works projects, the work streams are co-ordinated for ease of delivery and best value/practice for the University. The lots will be divided on a site location basis, whilst the scope of works will be similar, locations will differ. The nature of the work for both PMP and FSPMP dovetail from a delivery standpoint ensuring that sequence of works is delivered in the most efficient way. Multi-Disciplinary Design teams including the following: Lead Consultant / Project Manager Principal Designer Mechanical & Electrical Engineering Quantity Surveying/Architectural Services Surveying Services CPV: 71530000, 71530000, 71530000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff University

Procurement Services, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

UK

Contact person: Julie Price

Telephone: +44 2920879648

E-mail: PriceJK@cardiff.ac.uk

NUTS: UKL

Internet address(es)

Main address: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Multi-Disciplinary Design Team Framework (Residences and Minor Works)

Reference number: CU.1123.JP

II.1.2) Main CPV code

71530000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This procurement is for the appointment of two separate multi-disciplined design teams with one consultant appointed to each lot, (Lot 1 and Lot 2) along with two reserve Framework consultants (one on each lot) to assist with the programme delivery of the summer 2023 – 2027.

The Framework will be for Residences Planned Maintenance Programme (PMP), the Residences Fire Strategy Planned Maintenance Programme (FS-PMP), Residences unplanned reactive works and various minor works projects.

This procurement exercise has been split into two lots due to the tight programme timescales and the amount of work involved. Both lots are for PMP and FSPMP, unplanned reactive works and various minor works projects, the work streams are co-ordinated for ease of delivery and best value/practice for the University. The lots will be divided on a site location basis, whilst the scope of works will be similar, locations will differ. The nature of the work for both PMP and FSPMP dovetail from a delivery standpoint ensuring that sequence of works is delivered in the most efficient way.

Multi-Disciplinary Design teams including the following:

Lead Consultant / Project Manager

Principal Designer

Mechanical & Electrical Engineering

Quantity Surveying/Architectural Services

Surveying Services

II.1.5) Estimated total value

Value excluding VAT: 5 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: 1

II.2.1) Title

PMP and FS-PMP, (Talybont, Hodge Hall, North Road Houses, Southgate House) Resi Unplanned and Minor Works as allocated.

II.2.2) Additional CPV code(s)

71530000

II.2.3) Place of performance

NUTS code:

UKL22


Main site or place of performance:

Cardiff University

II.2.4) Description of the procurement

This procurement is for the appointment of two separate multi-disciplined design teams with one consultant appointed to each lot, (Lot 1 and Lot 2) along with two reserve Framework consultants (one on each lot) to assist with the programme delivery of the summer 2023 – 2027.

The Framework will be for Residences Planned Maintenance Programme (PMP), the Residences Fire Strategy Planned Maintenance Programme (FS-PMP), Residences unplanned reactive works and various minor works projects.

This procurement exercise has been split into two lots due to the tight programme timescales and the amount of work involved. Both lots are for PMP and FSPMP, unplanned reactive works and various minor works projects, the work streams are co-ordinated for ease of delivery and best value/practice for the University. The lots will be divided on a site location basis, whilst the scope of works will be similar, locations will differ. The nature of the work for both PMP and FSPMP dovetail from a delivery standpoint ensuring that sequence of works is delivered in the most efficient way.

Multi-Disciplinary Design teams including the following:

Lead Consultant / Project Manager

Principal Designer

Mechanical & Electrical Engineering

Quantity Surveying/Architectural Services

Surveying Services

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

1 x 12 month extension option available.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

– PMP and FS-PMP (University Hall, Cartwrigt Court, Roy Jenkins, North Campus Houses, Aberdare Hall, Senghennydd, Village Houses), Resi Unplanned and Minor Works

II.2.2) Additional CPV code(s)

71530000

II.2.3) Place of performance

NUTS code:

UKL22


Main site or place of performance:

Cardiff University

II.2.4) Description of the procurement

This procurement is for the appointment of two separate multi-disciplined design teams with one consultant appointed to each lot, (Lot 1 and Lot 2) along with two reserve Framework consultants (one on each lot) to assist with the programme delivery of the summer 2023 – 2027.

The Framework will be for Residences Planned Maintenance Programme (PMP), the Residences Fire Strategy Planned Maintenance Programme (FS-PMP), Residences unplanned reactive works and various minor works projects.

This procurement exercise has been split into two lots due to the tight programme timescales and the amount of work involved. Both lots are for PMP and FSPMP, unplanned reactive works and various minor works projects, the work streams are co-ordinated for ease of delivery and best value/practice for the University. The lots will be divided on a site location basis, whilst the scope of works will be similar, locations will differ. The nature of the work for both PMP and FSPMP dovetail from a delivery standpoint ensuring that sequence of works is delivered in the most efficient way.

Multi-Disciplinary Design teams including the following:

Lead Consultant / Project Manager

Principal Designer

Mechanical & Electrical Engineering

Quantity Surveying/Architectural Services

Surveying Services

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

1 x 12 month extension option available

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 6

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/12/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 08/12/2022

Local time: 12:30

Place:

Cardiff University

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Jan 2027

VI.3) Additional information

All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.

The University reserves the right to award the contract in whole or in part.

The University reserves the right to annul the tendering process and not award any contract.

All documents to be priced in GBP and all payments made in GBP.

All documents to be priced in GBP excluding VAT

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=126378.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

As stated in the Invitation to Tender (ITT) Documents.

(WA Ref:126378)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

08/11/2022

Coding

Commodity categories

ID Title Parent category
71530000 Construction consultancy services Construction-related services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
08 November 2022
Deadline date:
08 December 2022 00:00
Notice type:
02 Contract Notice
Authority name:
Cardiff University
Publication date:
15 March 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Cardiff University

About the buyer

Main contact:
PriceJK@cardiff.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.