Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Senedd Cymru / Welsh Parliament
  Senedd Cymru / Welsh Parliament, Ty Hywel, Cardiff Bay
  Cardiff
  CF99 1SN
  UK
  
            Telephone: +44 3002006547
  
            E-mail: jan.koziel@senedd.wales
  
            NUTS: UKL22
  Internet address(es)
  
              Main address: https://www.senedd.wales.org/abthome/abt-procurement.htm
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0424
 
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://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
            Other: Parliament
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Senedd Future Accommodation
            Reference number: 1257/JK
  II.1.2) Main CPV code
  45000000
 
  II.1.3) Type of contract
  Works
  II.1.4) Short description
  The Senedd is seeking to procure future accommodation for Members of the Senedd and supporting staff.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    45000000
    II.2.3) Place of performance
    NUTS code:
    UKL
Main site or place of performance:
    Cardiff Bay
    II.2.4) Description of the procurement
    The Senedd is seeking to procure accommodation, which  should be circa 11,000sqm with at least 90% of its capacity in close proximity to the existing Senedd building. The
    accommodation must:
    - Allow for all required direct infrastructure links between the two buildings.
    - Be in sufficient close proximity to, and provide for, the secure free flow of Senedd Members and staff between this accommodation and the Senedd building to allow Members to effectively conduct and partake in Senedd business in the debating chamber.
    The accommodation should provide space for:
    - A population of circa 900 people
    - A secure entrance and reception suitable for conducting airport style security checks
    - Offices of various sizes and designs
    - Committee, conference and meeting rooms
    - Catering facilities with multiple service lines
    - Hospitality facilities
    - Space for hosting functions and smaller events
    - Education facilities and public space
    - ICT, Broadcasting and systems infrastructure
    - Car parking facilities
    The accommodation will be required to meet particular physical security requirements that are commensurate with the Senedd being critical national infrastructure. The specific details of such security requirements will be disclosed to qualifying participating bidders during the course of dialogue. Further information in relation to the Senedd's requirements is set out in V1.3 of this notice and in the procurement documents, which are available to download.
    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: 48
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    
          Envisaged minimum number: 3
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              Yes
            
    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
  As outlined in the procurement documents
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  Competitive dialogue
  IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
  Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
  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 000-006340
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              03/03/2025
  
                Local time: 12:00
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              26/03/2025
  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
  
                Tender must be valid until:
                31/03/2026
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
At this juncture it is not possible to determine the contract value  given the potential range of solutions and funding models that bidders may propose during the course of dialogue, which could include (but not be limited to) any of the following:
- Occupational lease
- Freehold/long lease
- Income strip lease
The full range of potential solutions will be explored with participating bidders during the course of the dialogue; the final contract value will be determined at final tender stage by reference to the successful contractor's tender proposal.
The expectation is that to satisfy the contracting authority’s need for design and price certainty, bidders will have worked up their designs to RIBA Stage 3 – or will have agreed a suitable proxy for that during the dialogue phase. Whether such objective can be realised will be explored during the course of dialogue and determined by the contracting authority's sole discretion.
All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.
In relation to section II.2.10 of this notice, variants will be accepted to the extent permitted (if at all) in the procurement documents.
The contracting authority reserves the right to award the contract in whole or part or to annul the tendering process and not award any contract.
The successful contractor will be required to deliver community benefits in support of the contracting authority's social, economic and environmental objectives. Accordingly, contract performance conditions may relate to social, economic and environmental considerations, including but not limited to Social Value Goals, for example, enhancing local employment prospects and providing supply chain opportunities for small and medium sized enterprises (SMEs), promoting diversity and inclusion and ensuring environmentally sustainable products and practices are procured / adopted. In addition, a prompt payment clause will be set out in the contract terms, which will cascade through to supply chain partners.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=146013
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:
Included at VI.3
(WA Ref:146013)
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
28/01/2025