Section one: Contracting authority
one.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
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.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.585.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.1.6) 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
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.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-004213
Section five. Award of contract
Contract No
CU.585.JD
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
(WA Ref:110517)
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