Opportunity

Total Facilities Management (TFM) at CIC-TRH and Cleanroom Facilities

  • Cardiff University

F02: Contract notice

Notice reference: 2021/S 000-010210

Published 11 May 2021, 9:55am



Section one: Contracting authority

one.1) Name and addresses

Cardiff University

Procurement Services, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

Email

DaviesJ97@cardiff.ac.uk

Telephone

+44 2920879648

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Total Facilities Management (TFM) at CIC-TRH and Cleanroom Facilities

Reference number

CU.639.JD

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Total Facilities Management (TFM) services as are to apply to Cardiff University’s TRH, CIC and Cleanroom premises (referred to from this point as the Contracted Premises).

This will include all Planned Preventative Maintenance (to BESA SFG 20) and / or Original Equipment Manufacturers O&M requirements (whichever are the most onerous), Provision of Written Schemes of Examination and Control, Statutory Thorough Examinations and all associated out of hours Emergency call-outs, Reactive call-outs and Reactive Maintenance for the contracted premises as detailed within this Invitation to Tender (ITT) including all its associated referenced documents, guidance, regulations, schedules and appendices.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993000 - Building and facilities management services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

Cardiff University (the “University”) is undertaking a competitive tender process following the principles of an Open Procedure, and the opportunity will be advertised on Sell2Wales.

The aim of this procurement process is to invite bids for the provision of full contracted maintenance for the following:

The Provision of Total Facilities Management (TFM) Services for Cardiff University’s Translational Research Hub (TRH) incorporating the Cardiff Catalysis Institute (CCI) and the Institute for Compound Semiconductors (ICS), Cardiff Innovation Campus (CIC) incorporating SPARK and their associated Cleanroom Facilities.

Total Facilities Management (TFM) services as are to apply to Cardiff University’s TRH, CIC and Cleanroom premises (referred to from this point as the Contracted Premises).

This will include all Planned Preventative Maintenance (to BESA SFG 20) and / or Original Equipment Manufacturers O&M requirements (whichever are the most onerous), Provision of Written Schemes of Examination and Control, Statutory Thorough Examinations and all associated out of hours Emergency call-outs, Reactive call-outs and Reactive Maintenance for the contracted premises as detailed within this Invitation to Tender (ITT) including all its associated referenced documents, guidance, regulations, schedules and appendices. Further details are contained within the subsequent schedules.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £7,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

1 X 12 Month renewal

two.2.10) Information about variants

Variants will be accepted: No

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See ITT documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

11 June 2021

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 June 2021

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=110516.

(WA Ref:110516)

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