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

Delivery of a Multi-Storey Car Park for the Atlantic Wharf Development

  • First published: 15 July 2022
  • Last modified: 15 July 2022
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-116995
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
15 July 2022
Deadline date:
22 September 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Cardiff Council (“the Council”) is the freeholder of the Surface Car Park Adjacent the Red Dragon Centre in Atlantic Wharf, Cardiff Bay (“the Site”) which it wishes to deliver a 1,300 spaces Multi Storey Car Park (“MSCP”). However, interested bidders should note that the Council reserves the right to amend the orientation of the Red-Line boundary of the MSCP to accommodate the evolving Masterplan design, subject to internal approvals. Further information on this is set out in the procurement documents. This opportunity therefore relates to the design and construction of a system build MSCP. The general scope of the tender shall include all the works as detailed in the separate Employers Requirements Documents and referred to in the Pricing documents included in the tender documentation available free of charge on the Proactis Portal. CPV: 45213312, 45000000, 45213312, 45210000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Telephone: +44 2920873701

E-mail: corporate.procurement@cardiff.gov.uk

NUTS: UKL22

Internet address(es)

Main address: https://www.cardiff.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

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://supplierlive.proactisp2p.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Delivery of a Multi-Storey Car Park for the Atlantic Wharf Development

Reference number: ERFX1007891

II.1.2) Main CPV code

45213312

 

II.1.3) Type of contract

Works

II.1.4) Short description

Cardiff Council (“the Council”) is the freeholder of the Surface Car Park Adjacent the Red Dragon Centre in Atlantic Wharf, Cardiff Bay (“the Site”) which it wishes to deliver a 1,300 spaces Multi Storey Car Park (“MSCP”).

However, interested bidders should note that the Council reserves the right to amend the orientation of the Red-Line boundary of the MSCP to accommodate the evolving Masterplan design, subject to internal approvals. Further information on this is set out in the procurement documents.

This opportunity therefore relates to the design and construction of a system build MSCP.

The general scope of the tender shall include all the works as detailed in the separate Employers Requirements Documents and referred to in the Pricing documents included in the tender documentation available free of charge on the Proactis Portal.

II.1.5) Estimated total value

Value excluding VAT: 26 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45000000

45213312

45210000

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

The MSCP will be procured as a two stage Design and Build Contract. Employers Requirements will include but are not limited to in summary:

1. 1,300 Car Park Spaces with 56 accessible parking spaces.

2. Electric charging points to a minimum number of 385 spaces and infrastructure provision to increase this number throughout the MSCP to future proof within the constraints of the supply.

3. Typical parking bay size of 2.5m x 5m.

4. Allow for Photovoltaic (PV) 50% required on the MSCP Roof.

5. Provide ANPR / ticketless operation, with ticket machine location.

6. Battery storage allowance.

The Energy Strategy is paramount to the Council aspirations and should include: -

1. LoRaWAN WI-FI Technology network,

2. Solar PV,

3. Battery Storage,

4. Smart lighting and controls,

5. ALPR Auto Licence plate recognition Barriers,

6. Ticket machines and

7. Electric vehicle EV charging

All aspects of the design and installation shall be undertaken by the Contractor. The Contractor must ensure compliance with all Statutory and Building Codes of Practice associated with the design, manufacture, construction and operation of the MSCP of this scale.

The tender will be run under an open procedure. Bidders will be expected to provide a response to the following (please see tender documentation for further information):

1. Quality Questions

2. Pricing Schedule

3. Contract Specific Social Value

The Successful Contractor will work under a two-stage design and build under a Pre-Construction Services Agreement and JCT and Design and Build Contract 2016 edition, varied by the schedule of amendments.

Stage 1 will require the Contractor to work with the Council to design the MSCP providing a Contractor’s Proposal document and support where required.

Stage 2 will require the Contractor to undertake the works, subject to Council approvals.

The full scope of the works will encompass but will not be limited to the following core activities:

1. Act as Principal Contractor in accordance with the CDM Regulations 2015

2. Full Project and Design Management

3. Full design of all elements from the detailed planning details

4. Management of Employers design approval process requirements

5. Full Construction Site Management

6. Safe site set-up, access equipment and materials distribution

7. On site welfare facilities and fencing/hoarding

8. Ground works and Structural works

9. Build envelope / façade

10. Mechanical and Electrical Installations including testing and commissioning inclusive of BMS, Energy, Sustainability and Smart Technologies systems

11. Management and service diversions and new supply requirements

12. Full Management of Health and Safety File and Building Documents

13. Practical completion

14. Handover and soft landings.

Bidders are to note the Authority has a set funding envelope available for the costs associated with the delivery of the MSCP. Further information on this is set out in the ITT document.

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: 23

This contract is subject to renewal: No

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

III.2.2) Contract performance conditions

The successful contractor may be required to help achieve social and/or environmental policy objectives relating to recruitment, training and supply-chain initiatives. Contract conditions may relate to these considerations.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-024785

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

Date: 22/09/2022

Local time: 12:00

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

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 22/09/2022

Local time: 12:00

Information about authorised persons and opening procedure:

All tender documentation must be submitted on the Proactis Portal, a secure e-tendering portal in which all submissions are unable to be viewed until after the closing date and time.

Once the closing date and time has passed, the procurement officer will be able to view the submissions and check for compliance prior to undertaking the evaluation.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Bid submissions must be by way of completion and submission of the PQQ (in accordance with the requirements set out in the PQQ) and Tender (ITT response) by the date and time specified in Section IV2.2.

The Authority reserves the right not to accept requests to participate that are received after the deadline. Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.

Bidders are responsible for their own costs in relation to this procurement process. The Authority reserves the right to cancel the procurement procedure at any point and shall have no liability to candidates whatsoever in respect of any costs incurred by candidates in participating in the tender process.

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

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:

The Authority will request Bidders to submit contract specific social value commitments using the Welsh TOMS (themes, outcomes and measures), which will be evaluated on the Social Value Portal as part of the tender process. The successful Bidder will then work with the Council to deliver these commitments over the contract period.

(WA Ref:116995)

The buyer considers that this contract is suitable for consortia.

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

15/07/2022

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45213312 Car park building construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45000000 Construction work Construction and Real Estate

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.

About the buyer

Main contact:
corporate.procurement@cardiff.gov.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.