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

South East & Mid Wales Collaborative Construction Framework (SEWSCAP) 4

  • First published: 07 July 2023
  • Last modified: 07 July 2023

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)

Contents

Summary

OCID:
ocds-kuma6s-132530
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
07 July 2023
Deadline date:
18 August 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

This opportunity is to establish the 4th iteration of the South East & Mid Wales Collaborative Construction Framework of pre-qualified and suitably experienced Contractors with expertise in construction activities in relation to schools and public buildings. The Framework Contractors and Authorities will look to develop good working practices with Stakeholders across South East & Mid Wales regions to promote good practice, improve sustainability and added value through Social Value. The Framework is hosted by the County Council of the City and County of Cardiff. CPV: 45000000, 45210000, 45453100, 45211350, 45212000, 45212200, 45212212, 45212220, 45212300, 45212314, 45212330, 45212331, 45212340, 45212360, 45212600, 45213270, 45213280, 45214000, 45241000, 45214200, 45000000, 45214210, 45214220, 45214230, 45214300, 45214320, 45214310, 45214400, 45214410, 45214420, 45214430, 45214500, 45214700, 45215000, 45215300, 45215222, 45260000, 45262000, 71500000, 71520000, 71521000, 71541000, 71000000, 45212110, 45212225, 45216120, 44211100, 45210000, 45453100, 45211350, 45212000, 45212200, 45212220, 45212300, 45212314, 45212330, 45212340, 45212360, 45214000, 45241000, 45214200, 45000000, 45214210, 45214220, 45214230, 45214300, 45214320, 45214310, 45214400, 45214410, 45214420, 45214430, 45214500, 45214700, 45215000, 45215300, 45215222, 45260000, 45262000, 45262600, 71500000, 71520000, 71521000, 71540000, 71541000, 71000000, 45212110, 45212225, 45216120, 44211100, 45000000, 45453100, 45211350, 45210000, 45212110, 45212200, 45212210, 45212212, 45212220, 45212221, 45212330, 45212340, 45213140, 45213141, 45213142, 45213240, 45213310, 45213270, 45214200, 45214210, 45214220, 45214230, 45214300, 45214310, 45214320, 45214400, 45214410, 45214420, 45214430, 45214500, 45214600, 45214610, 45214620, 45214700, 45214710, 45215000, 45215100, 45215200, 45215222, 45216111, 45216112, 45216121, 45216122, 45262600, 45260000, 45262000, 45212100, 71500000, 71520000, 71540000, 44211100, 45212313, 45212314, 45212312, 45212310, 45000000, 45210000, 45453100, 45211350, 45212000, 45212200, 45212220, 45212300, 45214200, 45212314, 45212330, 45212340, 45212360, 45214000, 45214500, 45214400, 45241000, 45214210, 45214220, 45214230, 45214300, 45214320, 45214310, 45214410, 45214420, 45214430, 45214700, 45215000, 45215300, 45260000, 45262000, 45262600, 45215222, 71500000, 71520000, 71521000, 71540000, 71541000, 71000000, 45212110, 45212225, 44211100, 45216120, 45000000, 45453100, 45210000, 45211350, 45212000, 45212200, 45212220, 45212300, 45212314, 45212330, 45212340, 45214420, 45212360, 45214000, 45214500, 45241000, 45214200, 45214210, 45214220, 45214230, 45214300, 45214320, 45214310, 45214400, 45214410, 45214430, 45214700, 45216120, 45215000, 45215300, 45215222, 45260000, 45262000, 45262600, 71500000, 71520000, 71521000, 71540000, 71541000, 71000000, 45212110, 45212225, 44211100, 45000000, 45210000, 45453100, 45211350, 45212000, 45212200, 45212220, 45212300, 45212314, 45212330, 45212340, 45214420, 45212360, 45214000, 45214500, 45241000, 45214200, 45214210, 45214220, 45214230, 45214300, 45214310, 45214320, 45214400, 45214410, 45214430, 45214700, 45216120, 45215000, 45215300, 45215222, 45260000, 45262000, 45262600, 71500000, 71520000, 71521000, 71540000, 71541000, 71000000, 45212110, 45212225, 44211100, 45000000, 45210000, 45453100, 45211350, 45212000, 45214000, 45214500, 45212200, 45212220, 45212300, 45212314, 45212330, 45212340, 45214420, 45212360, 45241000, 45214200, 45214210, 45214220, 45214230, 45214300, 45214310, 45214320, 45214410, 45214400, 45214430, 45214700, 45215000, 45215300, 45215222, 45260000, 45262000, 45262600, 71500000, 71520000, 71521000, 71540000, 71541000, 71000000, 45212110, 45212225, 45216120, 44211100, 45000000, 45210000, 45453100, 45211350, 45212000, 45212200, 45212220, 45212300, 45212314, 45212330, 45212340, 45214420, 45212360, 45214000, 45214500, 45214200, 45214210, 45214220, 45214230, 45214300, 45214310, 45214320, 45214400, 45214410, 45214430, 45214

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Contact person: Penny Haywood

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.3) Communication

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

https://supplierlive.proactisp2p.com/Account/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login


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

South East & Mid Wales Collaborative Construction Framework (SEWSCAP) 4

Reference number: ERFX1008189

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This opportunity is to establish the 4th iteration of the South East & Mid Wales Collaborative Construction Framework of pre-qualified and suitably experienced Contractors with expertise in construction activities in relation to schools and public buildings. The Framework Contractors and Authorities will look to develop good working practices with Stakeholders across South East & Mid Wales regions to promote good practice, improve sustainability and added value through Social Value. The Framework is hosted by the County Council of the City and County of Cardiff.

II.1.5) Estimated total value

Value excluding VAT: 1 863 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 8 lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The Framework Agreement is to be divided into fourteen (14) lots. There are restrictions on the number of lots that a Potential Provider can be awarded. Potential Providers may bid for up to 4 lots between lots 1-9. If you are bidding for any lots 7-9 you cannot bid for any of lots 1-3.

If you are bidding for Lot 12, you can only apply for either Lot 12a or 12b.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 250,000GBP - 1,500,000GBP

II.2.2) Additional CPV code(s)

45210000

45453100

45211350

45212000

45212200

45212212

45212220

45212300

45212314

45212330

45212331

45212340

45212360

45212600

45213270

45213280

45214000

45241000

45214200

45000000

45214210

45214220

45214230

45214300

45214320

45214310

45214400

45214410

45214420

45214430

45214500

45214700

45215000

45215300

45215222

45260000

45262000

71500000

71520000

71521000

71541000

71000000

45212110

45212225

45216120

44211100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of construction works to include new build, extensions, alterations and refurbishment under traditional or design and build with all associated works between the value of 250,000GBP and 1,500,000GBP for Torfaen, Blaenau Gwent, Monmouthshire, Caerphilly or other Potential Employers based or operating near those areas.

It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 9 in addition to Lot 10 and 11.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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

Lot 2 – New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 250,000GBP - 1,500,000GBP

II.2.2) Additional CPV code(s)

45210000

45453100

45211350

45212000

45212200

45212220

45212300

45212314

45212330

45212340

45212360

45214000

45241000

45214200

45000000

45214210

45214220

45214230

45214300

45214320

45214310

45214400

45214410

45214420

45214430

45214500

45214700

45215000

45215300

45215222

45260000

45262000

45262600

71500000

71520000

71521000

71540000

71541000

71000000

45212110

45212225

45216120

44211100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of construction works to include new build, extensions, alterations and refurbishment under traditional or design and build with all associated works between the value of 250,000GBP and 1,500,000GBP for Lot 2 – RCT, Merthyr, Bridgend or other Potential Employers based or operating near those areas.

It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 9 in addition to Lot 10 and 11.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 3

II.2.1) Title

Lot 3 –New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 250,000.00GBP - 1,500,000GBP

II.2.2) Additional CPV code(s)

45000000

45453100

45211350

45210000

45212110

45212200

45212210

45212212

45212220

45212221

45212330

45212340

45213140

45213141

45213142

45213240

45213310

45213270

45214200

45214210

45214220

45214230

45214300

45214310

45214320

45214400

45214410

45214420

45214430

45214500

45214600

45214610

45214620

45214700

45214710

45215000

45215100

45215200

45215222

45216111

45216112

45216121

45216122

45262600

45260000

45262000

45212100

71500000

71520000

71540000

44211100

45212313

45212314

45212312

45212310

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of construction works to include new build, extensions, alterations and refurbishment under traditional or design and build with all associated works between the value of 250,000GBP and 1,500,000GBP for Vale of Glamorgan, Cardiff and Newport or other Potential Employers based or operating near those areas.

It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 9 in addition to Lot 10 and 11.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 4

II.2.1) Title

Lot 4 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 1,500,001GBP - 3,000,000GBP

II.2.2) Additional CPV code(s)

45000000

45210000

45453100

45211350

45212000

45212200

45212220

45212300

45214200

45212314

45212330

45212340

45212360

45214000

45214500

45214400

45241000

45214210

45214220

45214230

45214300

45214320

45214310

45214410

45214420

45214430

45214700

45215000

45215300

45260000

45262000

45262600

45215222

71500000

71520000

71521000

71540000

71541000

71000000

45212110

45212225

44211100

45216120

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of construction works to include new build, extensions, alterations and refurbishment under traditional or design and build with all associated works between the value of 1,500,000GBP and 3,000,000GBP for all Potential Employers.

It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 9 in addition to Lot 10 and 11.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 5

II.2.1) Title

Lot 5 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 3,000,001GBP - 5,000,000GBP

II.2.2) Additional CPV code(s)

45000000

45453100

45210000

45211350

45212000

45212200

45212220

45212300

45212314

45212330

45212340

45214420

45212360

45214000

45214500

45241000

45214200

45214210

45214220

45214230

45214300

45214320

45214310

45214400

45214410

45214430

45214700

45216120

45215000

45215300

45215222

45260000

45262000

45262600

71500000

71520000

71521000

71540000

71541000

71000000

45212110

45212225

44211100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of construction works to include new build, extensions, alterations and refurbishment under traditional or design and build with all associated works between the value of 3,000,001GBP and 5,000,000GBP for all Potential Employers.

It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 9 in addition to Lot 10 and 11.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 6

II.2.1) Title

Lot 6 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 5,000,001GBP - 10,000,000GBP

II.2.2) Additional CPV code(s)

45000000

45210000

45453100

45211350

45212000

45212200

45212220

45212300

45212314

45212330

45212340

45214420

45212360

45214000

45214500

45241000

45214200

45214210

45214220

45214230

45214300

45214310

45214320

45214400

45214410

45214430

45214700

45216120

45215000

45215300

45215222

45260000

45262000

45262600

71500000

71520000

71521000

71540000

71541000

71000000

45212110

45212225

44211100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of construction works to include new build, extensions, alterations and refurbishment under traditional or design and build with all associated works between the value of 5,000,001GBP and 10,000,000GBP for all areas.

It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 9 in addition to Lot 10 and 11.

Call-Off Contracts will be awarded by direct award below work threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 7

II.2.1) Title

Lot 7 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 10,000,001GBP - 25,000,000GBP

II.2.2) Additional CPV code(s)

45000000

45210000

45453100

45211350

45212000

45214000

45214500

45212200

45212220

45212300

45212314

45212330

45212340

45214420

45212360

45241000

45214200

45214210

45214220

45214230

45214300

45214310

45214320

45214410

45214400

45214430

45214700

45215000

45215300

45215222

45260000

45262000

45262600

71500000

71520000

71521000

71540000

71541000

71000000

45212110

45212225

45216120

44211100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of construction works to include new build, extensions, alterations and refurbishment under traditional or design and build with all associated works between the value of 10,000,001GBP and 25,000,000GBP for all areas.

It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 9 in addition to Lot 10 and 11.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 8

II.2.1) Title

Lot 8 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 25,000,001GBP - 50,000,000GBP

II.2.2) Additional CPV code(s)

45000000

45210000

45453100

45211350

45212000

45212200

45212220

45212300

45212314

45212330

45212340

45214420

45212360

45214000

45214500

45214200

45214210

45214220

45214230

45214300

45214310

45214320

45214400

45214410

45214430

45214700

45215000

45215300

45215222

45260000

45262000

45262600

71500000

71520000

71521000

71540000

71541000

71000000

45212110

45212225

45216120

44211100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of construction works to include new build, extensions, alterations and refurbishment under traditional or design and build with all associated works between the value of 25,000,001GBP and 50,000,000GBP for all Potential Employers.

It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 9 in addition to Lot 10 and 11.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 9

II.2.1) Title

Lot 9 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 50,000,001GBP - 100,000,000GBP

II.2.2) Additional CPV code(s)

45000000

45210000

45453100

45211350

45212000

45212200

45212220

45212300

45212314

45212330

45212340

45214420

45212360

45214000

45214500

45241000

45214200

45214210

45214220

45214230

45214300

45214310

45214320

45214400

45214410

45214430

45214700

45215000

45215300

45215222

45260000

45262000

45262600

71500000

71520000

71521000

71540000

71541000

71000000

45212110

45212225

45216120

44211100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of construction works to include new build, extensions, alterations and refurbishment under traditional or design and build with all associated works between the value of 50,000,001GBP and 100,000,000GBP for all Potential Employers.

It should be noted that modular solutions / temporary buildings may feature in any of Lots 1 to 9 in addition to Lot 10 and 11.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 10

II.2.1) Title

Lot 10a - Hire of demountable, temporary buildings with associated works and the option of design support - 1GBP - 100,000,000GBP

II.2.2) Additional CPV code(s)

44211100

45000000

44211000

45223800

45223810

45223821

45223000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Hire of demountable, temporary buildings with associated works and the option of design support - 1GBP - 100,000,000GBP for all Potential Employers.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 11

II.2.1) Title

Lot 10b - Purchase of modular or demountable buildings with associated works and the option of design support - 1GBP - 100,000,000GBP

II.2.2) Additional CPV code(s)

44211100

45000000

45210000

44211000

45223810

45223820

45223821

45223822

45223000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Purchase of modular or demountable buildings with associated works and the option of design support - 1GBP - 100,000,000GBP for all Potential Employers.

Modular is defined as a Category 1 - Pre-manufacturing (3D Primary Structural Systems) within the Modern Methods of Construction Definition Framework.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 12

II.2.1) Title

Lot 11 - Provision of system builds for potential commercial, schools, & transport infrastructure - 1GBP - 100,000,000GBP

II.2.2) Additional CPV code(s)

44211000

44211100

45223000

45000000

45210000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of system builds for potential commercial, schools, & transport infrastructure -1GBP - 100,000,000GBP for all Potential Employers.

System build is defined as Category 2 - Pre-manufacturing (2D Primary Structural Systems) within the Modern Methods of Construction Definition Framework.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 13

II.2.1) Title

Lot 12a - Provision of heritage Construction services to include extensions, alterations and refurbishment under traditional or design and build with all associated works - 1GBP - 12,000,000GBP

II.2.2) Additional CPV code(s)

45000000

45212314

92522000

92522200

45212313

45212312

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of heritage Construction services to include extensions, alterations and refurbishment under traditional or design and build with all associated works - 1GBP - 12,000,000GBP for all Potential Employers.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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: 14

II.2.1) Title

Lot 12b - Provision of heritage Construction services to include extensions and refurbishment under traditional or design and build with all associated works - 12,000,001GBP - 100,000,000GBP

II.2.2) Additional CPV code(s)

45000000

45212314

92522100

92522200

45212313

45212310

45212312

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of heritage Construction services to include extensions, alterations and refurbishment under traditional or design and build with all associated works 12,000,001-100,000,000GBP for all Potential Employers.

Call-Off Contracts will be awarded by direct award below works threshold or mini-tender.

Potential Providers must be aware that Potential Employers may request Social Value requirements at Call-Off Stage.

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: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for a further two (2) years.

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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

Restricted 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: 112

Justification for any framework agreement duration exceeding 4 years: The Authority is seeking a long-term collaborative relationship with framework contractors to deliver innovation efficiency & continuous improvement. Due to the length of time for projects to come to fruition 4 years is unlikely to be sufficient to realise benefits collate data improve behaviours to justify the resources invested by the Authority & contractors in building & managing relationships

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:

2022/S 000-036432

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

Date: 18/08/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 09/10/2023

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

EN

CY

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The Contracting Authority may re-tender the Framework prior to the expiry of this iteration.

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

The participating authorities who may utilise the Framework are;

Blaenau Gwent County Borough Council

Bridgend County Borough Council

The County Council of the City of Cardiff

Caerphilly County Borough Council

Carmarthernshire County Council

Monmouthshire County Council

Merthyr Tydfil County Borough Council

Neath Port Talbot County Borough Council

Newport City Council

Pembrokeshire County Council

Powys County Council

Rhondda Cynon Tâf County Borough Council

City and County of Swansea

Torfaen County Borough Council

Vale of Glamorgan Council; and

In addition, the following contracting authorities may also utilise this framework -

Welsh Government, its departments, sponsored non-departmental public bodies and executive agencies, subsidiaries, associated trading bodies and any other legal person subject to Welsh Government ownership or control. A list of the bodies falling within this category may be found at - https://gov.wales/register-devolved-public-bodies

Welsh Higher Education bodies as described at www.studyinwales.ac.uk/

Welsh Further Education Colleges as described at: https://www.colleges.wales/en/page/members

NHS Local Health Boards and NHS Trusts and Special Health Authorities in Wales

Welsh Housing Associations/registered social landlords as described at: http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en

Welsh Local Authorities as described at: http://gov.wales/topics/localgovernment/unitary-authorities/?lang=en

Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools)

HM Inspectorate of Schools in Wales Estyn

Care Inspectorate Wales

Cardiff Capital Region, South East Wales Corporate Joint Committee and its or their Associated Companies

Police and Crime Commissioners and Police Forces in Wales

Police Forces in Wales as described at: https://www.police.uk/pu/contact-us/uk-police-forces/

Fire Authorities (including Fire and Rescue Services) in Wales as described at: http://www.fireservice.co.uk/information/ukfrs

Network Rail and its Associated Companies

Transport for Wales, Transport for Wales Rail Limited and its or their Associated Companies

Canal and River Trust in Wales as described at: https://canalrivertrust.org.uk/about-us/where-we-work/wales-and-south-west

Museum Wales

The following central government departments, to the extent that they are based in or operate in Wales –

Cabinet Office

Wales Office

Department for Business, Energy & Industrial Strategy

Ministry for Levelling up, Housing and Communities

Department for Digital, Culture Media and Sport

Agencies or sponsored bodies of the above central government bodies, to the extent that they are based in or operate in Wales,

Joint Ventures or collaborations between Welsh Local Authorities or any combination of the bodies listed above;

Please see documentation for full list of Potential Employers.

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:

Please refer to the documentation for further information available on Proactis.

(WA Ref:132530)

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

07/07/2023

Coding

Commodity categories

ID Title Parent category
45213240 Agricultural buildings construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45216122 Ambulance station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45223800 Assembly and erection of prefabricated structures Structures construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45215222 Civic centre construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
71520000 Construction supervision services Construction-related services
45000000 Construction work Construction and Real Estate
45212300 Construction work for art and cultural buildings Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214500 Construction work for buildings of further education Construction work for buildings relating to education and research
45214000 Construction work for buildings relating to education and research Building construction work
45216120 Construction work for buildings relating to emergency services Construction work for buildings relating to law and order or emergency services and for military buildings
45212310 Construction work for buildings relating to exhibitions Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45213310 Construction work for buildings relating to road transport Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45214300 Construction work for college buildings Construction work for buildings relating to education and research
45215300 Construction work for crematoriums Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45214700 Construction work for halls of residence Construction work for buildings relating to education and research
45214600 Construction work for research buildings Construction work for buildings relating to education and research
45214200 Construction work for school buildings Construction work for buildings relating to education and research
45215200 Construction work for social services buildings Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45212200 Construction work for sports facilities Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212212 Construction work for swimming pool Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214400 Construction work for university buildings Construction work for buildings relating to education and research
45212221 Construction work in connection with structures for sports ground Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212100 Construction work of leisure facilities Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45213280 Construction works for compost facility Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213270 Construction works for recycling station Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71500000 Construction-related services Architectural, construction, engineering and inspection services
71521000 Construction-site supervision services Construction supervision services
45216112 Court building construction work Construction work for buildings relating to law and order or emergency services and for military buildings
45213141 Covered market construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45214710 Entrance hall construction work Construction work for buildings relating to education and research
45212312 Exhibition centre construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45216121 Fire station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
45241000 Harbour construction works Construction work for water projects
45212314 Historical monument or memorial construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214610 Laboratory building construction work Construction work for buildings relating to education and research
45214430 Language laboratory construction work Construction work for buildings relating to education and research
45212340 Lecture hall construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214420 Lecture theatre construction work Construction work for buildings relating to education and research
45212110 Leisure centre construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212330 Library construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45213140 Market construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45262600 Miscellaneous special-trade construction work Special trade construction works other than roof works
44211100 Modular and portable buildings Prefabricated buildings
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
45212331 Multimedia library construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212220 Multi-purpose sports facilities construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212313 Museum construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45213142 Open-air market construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45212600 Pavilion construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45216111 Police station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
45214410 Polytechnic construction work Construction work for buildings relating to education and research
44211000 Prefabricated buildings Structures and parts of structures
45223822 Prefabricated components Structures construction work
45223810 Prefabricated constructions Structures construction work
45223821 Prefabricated units Structures construction work
45223820 Prefabricated units and components Structures construction work
92522200 Preservation services of historical buildings Preservation services of historical sites and buildings
92522100 Preservation services of historical sites Preservation services of historical sites and buildings
92522000 Preservation services of historical sites and buildings Museum services and preservation services of historical sites and buildings
45214210 Primary school construction work Construction work for buildings relating to education and research
45453100 Refurbishment work Overhaul and refurbishment work
45212360 Religious buildings construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214620 Research and testing facilities construction work Construction work for buildings relating to education and research
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45214220 Secondary school construction work Construction work for buildings relating to education and research
45212210 Single-purpose sports facilities construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45214230 Special school construction work Construction work for buildings relating to education and research
45262000 Special trade construction works other than roof works Roof works and other special trade construction works
45212225 Sports hall construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45223000 Structures construction work Engineering works and construction works
45214320 Technical college construction work Construction work for buildings relating to education and research
45214310 Vocational college construction work Construction work for buildings relating to education and research

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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:
environmentprocurement@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.