Section one: Contracting authority
one.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
corporate.procurement@cardiff.gov.uk
Telephone
+44 2920873701
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cardiff Council – Atlantic Wharf Mixed Use Development – Area A
Reference number
ERFX1008240
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.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 be making staged financial contributions towards the cost of delivering these outputs 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
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £78,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45111000 - Demolition, site preparation and clearance work
- 45211350 - Multi-functional buildings construction work
- 45210000 - Building construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212100 - Construction work of leisure facilities
- 45212170 - Entertainment building construction work
- 45212312 - Exhibition centre construction work
- 45212320 - Construction work for buildings relating to artistic performances
- 45213150 - Office block construction work
- 45213316 - Installation works of walkways
- 45233000 - Construction, foundation and surface works for highways, roads
- 45231000 - Construction work for pipelines, communication and power lines
- 45233100 - Construction work for highways, roads
- 45112700 - Landscaping work
- 71000000 - Architectural, construction, engineering and inspection services
- 71500000 - Construction-related services
- 71220000 - Architectural design services
- 71240000 - Architectural, engineering and planning services
- 71247000 - Supervision of building work
- 71251000 - Architectural and building-surveying services
- 71400000 - Urban planning and landscape architectural services
- 71540000 - Construction management services
- 71530000 - Construction consultancy services
- 66122000 - Corporate finance and venture capital services
- 45400000 - Building completion work
- 45450000 - Other building completion work
- 45300000 - Building installation work
- 45340000 - Fencing, railing and safety equipment installation work
- 51600000 - Installation services of computers and office equipment
- 39130000 - Office furniture
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
Land at County Hall Site, Atlantic Wharf, Cardiff, CF10 4UW
two.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 were set out in the procurement documents made available with the Contract Notice and updated procurement documents issued to bidders during the competitive tendering process. The Authority reserved the right to increase/decrease 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. During the competition, the Authority elected to reduce the size of the new Authority’s office complex to 100,000sq ft NIA and further details were provided in the procurement documents issued to bidders.
Consequently, the estimated value of the opportunity ranges from 65mGBP to 135GBP depending on the final output requirement.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 35
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-027168
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 December 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Goldbeck Construction
2 Caspian Point, Caspian Way
Cardiff
CF104DQ
Country
United Kingdom
NUTS code
- UKL22 - Cardiff and Vale of Glamorgan
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Aviva Investors
St Helen's, 1 Undershaft
London
EC3P3DQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
The Litmus Partnership
Theta House, 7 Doman Road
Camberley
GU153DN
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £78,000,000
Section six. Complementary information
six.3) Additional information
The Authority previously published a Corrigendum Notice in the FTS on 21/12/2023, ref: 2023/S 000-037605.
(WA Ref:147420)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom
six.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).