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

Cardiff Council – Atlantic Wharf Mixed Use Development – Area A

  • First published: 14 September 2023
  • Last modified: 14 September 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-134575
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
14 September 2023
Deadline date:
30 October 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

Cardiff Council (“the Authority”) is the freeholder of various plots of land identified in the Site Plan included with the procurement documents. The Authority wishes to have the following outputs delivered across the Site; (i) new Authority office space (including fit out) of no less than 120,000sq ft NIA (including a Management Suite of no less than 20,000 sq ft NIA), in addition there will need to be allowances for circulation, foyer and food and beverage space. (ii) Capella Production Studio of no less than 32,000sq ft Net Internal Area (“NIA”), (iii) Events Hall building of no less than 40,400sq ft NIA (iv) associated road infrastructure and public realm space. The Authority is seeking to appoint a developer to finance, design and deliver the outputs referred to above. The Authority will not be making any financial contributions towards the cost of delivering these outputs prior to or during the delivery phase(s). Where the outputs (referred to above) are delivered within stipulated affordability envelopes (as set out in the procurement documents) the Authority intends to acquire those outputs from the successful bidder on practical completion. CPV: 45000000, 45100000, 45111000, 45211350, 45210000, 45212000, 45212100, 45212170, 45212312, 45212320, 45213150, 45213316, 45233000, 45231000, 45233100, 45112700, 71000000, 71500000, 71220000, 71240000, 71247000, 71251000, 71400000, 71540000, 71530000, 66122000, 45400000, 45450000, 45300000, 45340000, 51600000, 39130000.

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

Cardiff Council – Atlantic Wharf Mixed Use Development – Area A

Reference number: ERFX1008240

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Cardiff Council (“the Authority”) is the freeholder of various plots of land identified in the Site Plan included with the procurement documents. The Authority wishes to have the following outputs delivered across the Site; (i) new Authority office space (including fit out) of no less than 120,000sq ft NIA (including a Management Suite of no less than 20,000 sq ft NIA), in addition there will need to be allowances for circulation, foyer and food and beverage space.

(ii) Capella Production Studio of no less than 32,000sq ft Net Internal Area (“NIA”), (iii) Events Hall building of no less than 40,400sq ft NIA (iv) associated road infrastructure and public realm space.

The Authority is seeking to appoint a developer to finance, design and deliver the outputs referred to above. The Authority will not be making any financial contributions towards the cost of delivering these outputs prior to or during the delivery phase(s).

Where the outputs (referred to above) are delivered within stipulated affordability envelopes (as set out in the procurement documents) the Authority intends to acquire those outputs from the successful bidder on practical completion.

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45100000

45111000

45211350

45210000

45212000

45212100

45212170

45212312

45212320

45213150

45213316

45233000

45231000

45233100

45112700

71000000

71500000

71220000

71240000

71247000

71251000

71400000

71540000

71530000

66122000

45400000

45450000

45300000

45340000

51600000

39130000

II.2.3) Place of performance

NUTS code:

UKL22


Main site or place of performance:

Land at County Hall Site, Atlantic Wharf, Cardiff, CF10 4UW

II.2.4) Description of the procurement

Continued from II.1.4)

The procurement also provides the successful bidder with an option to acquire at market value certain adjacent plots of land for independent development and to improve the financial viability of the project.

The Authority has set various affordability envelopes that different outputs of the project must fall within. Further details on these affordability envelopes are set out in the draft procurement documents made available with this Contract Notice. The Authority reserves the right to increase the size requirements of the new Authority office complex (and corresponding affordability envelopes) as well as incorporating an additional requirement to deliver no less than a 100,000 sq.ft NIA for a new office development on one of the plots. Such varied and additional requirements are subject to the Authority’s business case approvals and finalised requirements will be confirmed to participating bidders during the procurement process. Further details are provided in the procurement documents.

Consequently, the estimated value of the opportunity ranges from 85mGBP to 155GBP depending on the final output requirement.

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

Objective criteria for choosing the limited number of candidates:

The criteria to be used to select the appropriate number of candidates to participate in the subsequent stages of the competition is set out in the procurement documents.

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

II.2.14) Additional information

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 estimated duration referenced in II.2.7 relates to the envisaged development period for the project.

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

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

Date: 30/10/2023

Local time: 12:00

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

Date: 06/11/2023

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: No

VI.3) Additional information

Bidders should note that the procurement documents (including the Invitation to Participate in Dialogue) are draft documents at this stage, providing indicative information of the Authority's intended approach in the procurement process and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.

Requests to participate must be by way of completion and submission of the Pre-Qualification Questionnaire (PQQ) (in accordance with the requirements set out in the PQQ) by the date and time specified in Section IV2.2. The applicants with the 3 highest scoring, compliant PQQ responses will be invited to the tender stages of the competition process.

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.

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:134575)

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.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

VI.5) Date of dispatch of this notice

14/09/2023

Coding

Commodity categories

ID Title Parent category
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71220000 Architectural design services Architectural and related services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
45000000 Construction work Construction and Real Estate
45212320 Construction work for buildings relating to artistic performances Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45231000 Construction work for pipelines, communication and power lines Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45212100 Construction work of leisure facilities Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
71500000 Construction-related services Architectural, construction, engineering and inspection services
66122000 Corporate finance and venture capital services Investment banking services and related services
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
45212170 Entertainment building construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212312 Exhibition centre construction work Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45340000 Fencing, railing and safety equipment installation work Building installation work
51600000 Installation services of computers and office equipment Installation services (except software)
45213316 Installation works of walkways Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45112700 Landscaping work Excavating and earthmoving work
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
45213150 Office block construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
39130000 Office furniture Furniture
45450000 Other building completion work Building completion work
45100000 Site preparation work Construction work
71247000 Supervision of building work Architectural, engineering and planning services
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection 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:
14 September 2023
Deadline date:
30 October 2023 00:00
Notice type:
02 Contract Notice
Authority name:
Cardiff Council
Publication date:
21 December 2023
Notice type:
14 Corrigendum
Authority name:
Cardiff Council

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
21/12/2023 09:13
Addendum Notice
The Authority has elected, for objective and commercial reasons, to remove the requirement to deliver the originally advertised Events Hall building (as described above) from the scope of the procurement process. As a consequence, (i) the estimated value of the opportunity has been reduced; and (ii) the successful bidder will have an option to acquire the plot of land (originally reserved for the Events Hall building) at market value for its own independent development and to aid with the viability of the project as originally described in the Contract Notice albeit the position set out in the procurement documents made available at the outset of the competition has been expanded to include this further plot of land (but on a basis which is consistent with that originally advertised).

VII.2) Text to be corrected in the original notice:

Section number II.1.4
Lot No: 1
Place of text to be modified: Paragraphs 1 and 2

Instead of:
The Authority wishes to have the following outputs delivered across the Site; (i) new Authority office space (including fit out) of no less than 120,000sq ft NIA (including a Management Suite of no less than 20,000 sq ft NIA), in addition there will need to be allowances for circulation, foyer and food and beverage space.
(ii) Capella Production Studio of no less than 32,000sq ft Net Internal Area (“NIA”), (iii) Events Hall building of no less than 40,400sq ft NIA (iv) associated road infrastructure and public realm space.

Read:
The Authority wishes to have the following outputs delivered across the Site; (i) new Authority office space (including fit out) of no less than 120,000sq ft NIA (including a Management Suite of no less than 20,000 sq ft NIA), in addition there will need to be allowances for circulation, foyer and food and beverage space; (ii) Capella Production Studio of no less than 32,000sq ft Net Internal Area (“NIA”); and (iii) associated road infrastructure and public realm space.

Section number II.1.5
Lot No: 1
Place of text to be modified: Value exceeding VAT

Instead of: 100,000,000 GBP
Read:80,000,000 GBP

Section number II.2.4
Lot No: 1
Place of text to be modified: Description of the procurement

Instead of: Consequently, the estimated value of the opportunity ranges from 85mGBP to 155GBP depending on the final output requirement

Read: Consequently, the estimated value of the opportunity ranges from 65,000,000 GBP to 135,000,000 GBP depending on the final output requirement

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.