Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Telephone: +44 2920873732
E-mail: environmentprocurement@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.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
Fairwater Community Campus
II.1.2) Main CPV code
45214220
II.1.3) Type of contract
Works
II.1.4) Short description
The Authority awarded an enabling works contract to ISG Construction Limited (“ISG”) on 22nd February 2023 via the SEWSCAP3 framework agreement. Subsequent to that, and in accordance with SEWSCAP3, the Authority entered into a main works contract on 22nd December 2023.
ISG Construction Ltd filed for administration on 19 September 2024 and construction works ceased.
As a interim solution to address issues brought about by ISG entering into administration and to address the urgent issues associated with protecting the project/site, the continuation of construction works and to allow sufficient time to undertake a compliant procurement process, the Authority has novated the enabling works and main works contracts for construction for a short-term interim period to the main sub-contractor appointed under the main works contracts.
This Award Notice provides an update on the process.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
88 689 065.77
GBP
II.2) Description
II.2.2) Additional CPV code(s)
45000000
45214220
45214230
45214200
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
The scope of the project includes the construction of three new build schools so as to:
- Replace the Cantonian High School buildings with new build accommodation on the same site expanding the school from six forms of entry (6FE) to eight forms of entry (8FE) with sixth form provision for up to 250 pupils;
- Expand the Specialist Resource Base (SRB) for learners with an Autism Spectrum Condition (ASC), hosted at Cantonian High School from 20 to 30 places in purpose built accommodation in the new school buildings;
- Relocate Woodlands High School to the Fairwater Road site from its current site adjacent to Trelai Park and increase the capacity from 140 places to 240 places in new build accommodation;
- Relocate Riverbank Special School to the Fairwater Road site from its current site adjacent to Trelai Park, and increase the capacity from 70 to 112 places in new build accommodation.
II.2.5) Award criteria
Price
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the Directive
Explanation
The Negotiated Procedure without Prior Publication is being followed and is justified under Regulation 32(2)(c) and/or 32(2)(a) and/or 32(2)(c) for the award of a public works contract
As detailed in the Contract Award Notice issued on 15th November 2024 (reference: 2024/S 000-037036), the Authority novated the enabling works and main works contracts for construction for a short-term interim period to the main sub-contractor appointed under the main works contract to address immediate circumstances of extreme urgency which required the site to be protected and urgent works to continue as soon as possible following ISG filing for administration.
Following that award, the Council were to undertake a compliant procurement exercise pursuant to a mini-competition under the SEWSCAP4 framework agreement
The Council proceeded to engage the SEWSCAP4 framework through an Expression of Interest on 11 November 2024 and bidders’ day on 14 November 2024.
The Council subsequently issued the mini-competition tender on 2 May 2025 but no responses were received from any framework contractors and the procurement process was ceased
Re-procurement of a replacement contractor is not deemed a viable option due to the lack of appetite/interest to the procurement process for a replacement main contractor, the additional time involved with re-procurement processes and the timescales associated with completing the works ready for the start of 2026/27 academic year, to ensure additional capacity is added into the city’s overall ALN places. There would also be increased costs and time associated with securing a replacement contractor due to procurement processes, extended timescales and risk profile along with the potential loss of knowledge/understanding of the scheme and disruption during the final construction and handover stages.
The updated estimated value contained in this notice includes amounts payable as a result of compensation events as set out in the contract. Please see refer to VI.3 for further information
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:
2024/S 000-037036
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/11/2024
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Borley Engineering Services Ltd
1 Alexandra Gate, Ffordd Pengam, Tremorfa
Cardiff
CF242SA
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 88 689 065.77
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The project is well progressed on site to meet existing project timelines and will meet the implementation timescale of September 2026. Continuing with the current contractor under the current contractual arrangements at this stage of the project is critical to maintain costs, programme and quality, for both the delivery and aftercare. This would provide the least possible disruption and ensure additional school places could be added to the city’s educational capacity.
CC has novated the main contract maintaining the supply chain (including the viability of the supply chain) and mobilising on site as soon as possible. Delays on programme have a significant impact on the school capacity to accommodate pupil numbers, standard of education provision and funding timescale. This is an exceptional situation where extreme urgency has been brought about by events unforeseeable and not attributable by CC, whereby CC has run a procurement process to find a replacement contractor as outlined in the previous Contract Award Notice and following this did not receive any responses. Re-procurement through any other route would now make it impossible for CC to conduct a regulated procedure within prescribed time limits due to the critical nature of the works both in terms of health and safety, viability of the supply chain, state and condition of partly completed works and the required delivery date of the campus.
(WA Ref:157993)
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
12/12/2025