- Scope of the procurement
- Lot 1 – New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 250,000GBP - 1,500,000GBP
- Lot 2 – New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 250,000GBP - 1,500,000GBP
- Lot 3 –New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 250,000.00GBP - 1,500,000GBP
- Lot 4 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 1,500,001GBP - 3,000,000GBP
- Lot 5 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 3,000,001GBP - 5,000,000GBP
- Lot 6 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 5,000,001GBP - 10,000,000GBP
- Lot 7 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 10,000,001GBP - 25,000,000GBP
- Lot 8 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 25,000,001GBP - 50,000,000GBP
- Lot 9 - New Build, Refurbishments, Alterations and Extensions, traditional or design and build with all associated works - 50,000,001GBP - 100,000,000GBP
- Lot 10a - Hire of demountable, temporary buildings with associated works and the option of design support - 1GBP - 100,000,000GBP
- Lot 10b - Purchase of modular or demountable buildings with associated works and the option of design support - 1GBP - 100,000,000GBP
- Lot 11 - Provision of system builds for potential commercial, schools, & transport infrastructure - 1GBP - 100,000,000GBP
- 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
- 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
Section one: Contracting authority
one.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
Contact
Penny Haywood
environmentprocurement@cardiff.gov.uk
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.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login
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
South East & Mid Wales Collaborative Construction Framework (SEWSCAP) 4
Reference number
ERFX1008189
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.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.
two.1.5) Estimated total value
Value excluding VAT: £1,863,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
8
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.
two.2) Description
two.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
Lot No
1
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45211350 - Multi-functional buildings construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212200 - Construction work for sports facilities
- 45212212 - Construction work for swimming pool
- 45212220 - Multi-purpose sports facilities construction work
- 45212300 - Construction work for art and cultural buildings
- 45212314 - Historical monument or memorial construction work
- 45212330 - Library construction work
- 45212331 - Multimedia library construction work
- 45212340 - Lecture hall construction work
- 45212360 - Religious buildings construction work
- 45212600 - Pavilion construction work
- 45213270 - Construction works for recycling station
- 45213280 - Construction works for compost facility
- 45214000 - Construction work for buildings relating to education and research
- 45241000 - Harbour construction works
- 45214200 - Construction work for school buildings
- 45000000 - Construction work
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45214300 - Construction work for college buildings
- 45214320 - Technical college construction work
- 45214310 - Vocational college construction work
- 45214400 - Construction work for university buildings
- 45214410 - Polytechnic construction work
- 45214420 - Lecture theatre construction work
- 45214430 - Language laboratory construction work
- 45214500 - Construction work for buildings of further education
- 45214700 - Construction work for halls of residence
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215300 - Construction work for crematoriums
- 45215222 - Civic centre construction work
- 45260000 - Roof works and other special trade construction works
- 45262000 - Special trade construction works other than roof works
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71541000 - Construction project management services
- 71000000 - Architectural, construction, engineering and inspection services
- 45212110 - Leisure centre construction work
- 45212225 - Sports hall construction work
- 45216120 - Construction work for buildings relating to emergency services
- 44211100 - Modular and portable buildings
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.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
Lot No
2
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45211350 - Multi-functional buildings construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212200 - Construction work for sports facilities
- 45212220 - Multi-purpose sports facilities construction work
- 45212300 - Construction work for art and cultural buildings
- 45212314 - Historical monument or memorial construction work
- 45212330 - Library construction work
- 45212340 - Lecture hall construction work
- 45212360 - Religious buildings construction work
- 45214000 - Construction work for buildings relating to education and research
- 45241000 - Harbour construction works
- 45214200 - Construction work for school buildings
- 45000000 - Construction work
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45214300 - Construction work for college buildings
- 45214320 - Technical college construction work
- 45214310 - Vocational college construction work
- 45214400 - Construction work for university buildings
- 45214410 - Polytechnic construction work
- 45214420 - Lecture theatre construction work
- 45214430 - Language laboratory construction work
- 45214500 - Construction work for buildings of further education
- 45214700 - Construction work for halls of residence
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215300 - Construction work for crematoriums
- 45215222 - Civic centre construction work
- 45260000 - Roof works and other special trade construction works
- 45262000 - Special trade construction works other than roof works
- 45262600 - Miscellaneous special-trade construction work
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71000000 - Architectural, construction, engineering and inspection services
- 45212110 - Leisure centre construction work
- 45212225 - Sports hall construction work
- 45216120 - Construction work for buildings relating to emergency services
- 44211100 - Modular and portable buildings
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.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
Lot No
3
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45453100 - Refurbishment work
- 45211350 - Multi-functional buildings construction work
- 45210000 - Building construction work
- 45212110 - Leisure centre construction work
- 45212200 - Construction work for sports facilities
- 45212210 - Single-purpose sports facilities construction work
- 45212212 - Construction work for swimming pool
- 45212220 - Multi-purpose sports facilities construction work
- 45212221 - Construction work in connection with structures for sports ground
- 45212330 - Library construction work
- 45212340 - Lecture hall construction work
- 45213140 - Market construction work
- 45213141 - Covered market construction work
- 45213142 - Open-air market construction work
- 45213240 - Agricultural buildings construction work
- 45213310 - Construction work for buildings relating to road transport
- 45213270 - Construction works for recycling station
- 45214200 - Construction work for school buildings
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45214300 - Construction work for college buildings
- 45214310 - Vocational college construction work
- 45214320 - Technical college construction work
- 45214400 - Construction work for university buildings
- 45214410 - Polytechnic construction work
- 45214420 - Lecture theatre construction work
- 45214430 - Language laboratory construction work
- 45214500 - Construction work for buildings of further education
- 45214600 - Construction work for research buildings
- 45214610 - Laboratory building construction work
- 45214620 - Research and testing facilities construction work
- 45214700 - Construction work for halls of residence
- 45214710 - Entrance hall construction work
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215100 - Construction work for buildings relating to health
- 45215200 - Construction work for social services buildings
- 45215222 - Civic centre construction work
- 45216111 - Police station construction work
- 45216112 - Court building construction work
- 45216121 - Fire station construction work
- 45216122 - Ambulance station construction work
- 45262600 - Miscellaneous special-trade construction work
- 45260000 - Roof works and other special trade construction works
- 45262000 - Special trade construction works other than roof works
- 45212100 - Construction work of leisure facilities
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71540000 - Construction management services
- 44211100 - Modular and portable buildings
- 45212313 - Museum construction work
- 45212314 - Historical monument or memorial construction work
- 45212312 - Exhibition centre construction work
- 45212310 - Construction work for buildings relating to exhibitions
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.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
Lot No
4
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45211350 - Multi-functional buildings construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212200 - Construction work for sports facilities
- 45212220 - Multi-purpose sports facilities construction work
- 45212300 - Construction work for art and cultural buildings
- 45214200 - Construction work for school buildings
- 45212314 - Historical monument or memorial construction work
- 45212330 - Library construction work
- 45212340 - Lecture hall construction work
- 45212360 - Religious buildings construction work
- 45214000 - Construction work for buildings relating to education and research
- 45214500 - Construction work for buildings of further education
- 45214400 - Construction work for university buildings
- 45241000 - Harbour construction works
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45214300 - Construction work for college buildings
- 45214320 - Technical college construction work
- 45214310 - Vocational college construction work
- 45214410 - Polytechnic construction work
- 45214420 - Lecture theatre construction work
- 45214430 - Language laboratory construction work
- 45214700 - Construction work for halls of residence
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215300 - Construction work for crematoriums
- 45260000 - Roof works and other special trade construction works
- 45262000 - Special trade construction works other than roof works
- 45262600 - Miscellaneous special-trade construction work
- 45215222 - Civic centre construction work
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71000000 - Architectural, construction, engineering and inspection services
- 45212110 - Leisure centre construction work
- 45212225 - Sports hall construction work
- 44211100 - Modular and portable buildings
- 45216120 - Construction work for buildings relating to emergency services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.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
Lot No
5
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45453100 - Refurbishment work
- 45210000 - Building construction work
- 45211350 - Multi-functional buildings construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212200 - Construction work for sports facilities
- 45212220 - Multi-purpose sports facilities construction work
- 45212300 - Construction work for art and cultural buildings
- 45212314 - Historical monument or memorial construction work
- 45212330 - Library construction work
- 45212340 - Lecture hall construction work
- 45214420 - Lecture theatre construction work
- 45212360 - Religious buildings construction work
- 45214000 - Construction work for buildings relating to education and research
- 45214500 - Construction work for buildings of further education
- 45241000 - Harbour construction works
- 45214200 - Construction work for school buildings
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45214300 - Construction work for college buildings
- 45214320 - Technical college construction work
- 45214310 - Vocational college construction work
- 45214400 - Construction work for university buildings
- 45214410 - Polytechnic construction work
- 45214430 - Language laboratory construction work
- 45214700 - Construction work for halls of residence
- 45216120 - Construction work for buildings relating to emergency services
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215300 - Construction work for crematoriums
- 45215222 - Civic centre construction work
- 45260000 - Roof works and other special trade construction works
- 45262000 - Special trade construction works other than roof works
- 45262600 - Miscellaneous special-trade construction work
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71000000 - Architectural, construction, engineering and inspection services
- 45212110 - Leisure centre construction work
- 45212225 - Sports hall construction work
- 44211100 - Modular and portable buildings
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.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
Lot No
6
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45211350 - Multi-functional buildings construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212200 - Construction work for sports facilities
- 45212220 - Multi-purpose sports facilities construction work
- 45212300 - Construction work for art and cultural buildings
- 45212314 - Historical monument or memorial construction work
- 45212330 - Library construction work
- 45212340 - Lecture hall construction work
- 45214420 - Lecture theatre construction work
- 45212360 - Religious buildings construction work
- 45214000 - Construction work for buildings relating to education and research
- 45214500 - Construction work for buildings of further education
- 45241000 - Harbour construction works
- 45214200 - Construction work for school buildings
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45214300 - Construction work for college buildings
- 45214310 - Vocational college construction work
- 45214320 - Technical college construction work
- 45214400 - Construction work for university buildings
- 45214410 - Polytechnic construction work
- 45214430 - Language laboratory construction work
- 45214700 - Construction work for halls of residence
- 45216120 - Construction work for buildings relating to emergency services
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215300 - Construction work for crematoriums
- 45215222 - Civic centre construction work
- 45260000 - Roof works and other special trade construction works
- 45262000 - Special trade construction works other than roof works
- 45262600 - Miscellaneous special-trade construction work
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71000000 - Architectural, construction, engineering and inspection services
- 45212110 - Leisure centre construction work
- 45212225 - Sports hall construction work
- 44211100 - Modular and portable buildings
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.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
Lot No
7
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45211350 - Multi-functional buildings construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45214000 - Construction work for buildings relating to education and research
- 45214500 - Construction work for buildings of further education
- 45212200 - Construction work for sports facilities
- 45212220 - Multi-purpose sports facilities construction work
- 45212300 - Construction work for art and cultural buildings
- 45212314 - Historical monument or memorial construction work
- 45212330 - Library construction work
- 45212340 - Lecture hall construction work
- 45214420 - Lecture theatre construction work
- 45212360 - Religious buildings construction work
- 45241000 - Harbour construction works
- 45214200 - Construction work for school buildings
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45214300 - Construction work for college buildings
- 45214310 - Vocational college construction work
- 45214320 - Technical college construction work
- 45214410 - Polytechnic construction work
- 45214400 - Construction work for university buildings
- 45214430 - Language laboratory construction work
- 45214700 - Construction work for halls of residence
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215300 - Construction work for crematoriums
- 45215222 - Civic centre construction work
- 45260000 - Roof works and other special trade construction works
- 45262000 - Special trade construction works other than roof works
- 45262600 - Miscellaneous special-trade construction work
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71000000 - Architectural, construction, engineering and inspection services
- 45212110 - Leisure centre construction work
- 45212225 - Sports hall construction work
- 45216120 - Construction work for buildings relating to emergency services
- 44211100 - Modular and portable buildings
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.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
Lot No
8
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45211350 - Multi-functional buildings construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212200 - Construction work for sports facilities
- 45212220 - Multi-purpose sports facilities construction work
- 45212300 - Construction work for art and cultural buildings
- 45212314 - Historical monument or memorial construction work
- 45212330 - Library construction work
- 45212340 - Lecture hall construction work
- 45214420 - Lecture theatre construction work
- 45212360 - Religious buildings construction work
- 45214000 - Construction work for buildings relating to education and research
- 45214500 - Construction work for buildings of further education
- 45214200 - Construction work for school buildings
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45214300 - Construction work for college buildings
- 45214310 - Vocational college construction work
- 45214320 - Technical college construction work
- 45214400 - Construction work for university buildings
- 45214410 - Polytechnic construction work
- 45214430 - Language laboratory construction work
- 45214700 - Construction work for halls of residence
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215300 - Construction work for crematoriums
- 45215222 - Civic centre construction work
- 45260000 - Roof works and other special trade construction works
- 45262000 - Special trade construction works other than roof works
- 45262600 - Miscellaneous special-trade construction work
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71000000 - Architectural, construction, engineering and inspection services
- 45212110 - Leisure centre construction work
- 45212225 - Sports hall construction work
- 45216120 - Construction work for buildings relating to emergency services
- 44211100 - Modular and portable buildings
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.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
Lot No
9
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45210000 - Building construction work
- 45453100 - Refurbishment work
- 45211350 - Multi-functional buildings construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45212200 - Construction work for sports facilities
- 45212220 - Multi-purpose sports facilities construction work
- 45212300 - Construction work for art and cultural buildings
- 45212314 - Historical monument or memorial construction work
- 45212330 - Library construction work
- 45212340 - Lecture hall construction work
- 45214420 - Lecture theatre construction work
- 45212360 - Religious buildings construction work
- 45214000 - Construction work for buildings relating to education and research
- 45214500 - Construction work for buildings of further education
- 45241000 - Harbour construction works
- 45214200 - Construction work for school buildings
- 45214210 - Primary school construction work
- 45214220 - Secondary school construction work
- 45214230 - Special school construction work
- 45214300 - Construction work for college buildings
- 45214310 - Vocational college construction work
- 45214320 - Technical college construction work
- 45214400 - Construction work for university buildings
- 45214410 - Polytechnic construction work
- 45214430 - Language laboratory construction work
- 45214700 - Construction work for halls of residence
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
- 45215300 - Construction work for crematoriums
- 45215222 - Civic centre construction work
- 45260000 - Roof works and other special trade construction works
- 45262000 - Special trade construction works other than roof works
- 45262600 - Miscellaneous special-trade construction work
- 71500000 - Construction-related services
- 71520000 - Construction supervision services
- 71521000 - Construction-site supervision services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71000000 - Architectural, construction, engineering and inspection services
- 45212110 - Leisure centre construction work
- 45212225 - Sports hall construction work
- 45216120 - Construction work for buildings relating to emergency services
- 44211100 - Modular and portable buildings
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.2.1) Title
Lot 10a - Hire of demountable, temporary buildings with associated works and the option of design support - 1GBP - 100,000,000GBP
Lot No
10
two.2.2) Additional CPV code(s)
- 44211100 - Modular and portable buildings
- 45000000 - Construction work
- 44211000 - Prefabricated buildings
- 45223800 - Assembly and erection of prefabricated structures
- 45223810 - Prefabricated constructions
- 45223821 - Prefabricated units
- 45223000 - Structures construction work
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.2.1) Title
Lot 10b - Purchase of modular or demountable buildings with associated works and the option of design support - 1GBP - 100,000,000GBP
Lot No
11
two.2.2) Additional CPV code(s)
- 44211100 - Modular and portable buildings
- 45000000 - Construction work
- 45210000 - Building construction work
- 44211000 - Prefabricated buildings
- 45223810 - Prefabricated constructions
- 45223820 - Prefabricated units and components
- 45223821 - Prefabricated units
- 45223822 - Prefabricated components
- 45223000 - Structures construction work
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.2.1) Title
Lot 11 - Provision of system builds for potential commercial, schools, & transport infrastructure - 1GBP - 100,000,000GBP
Lot No
12
two.2.2) Additional CPV code(s)
- 44211000 - Prefabricated buildings
- 44211100 - Modular and portable buildings
- 45223000 - Structures construction work
- 45000000 - Construction work
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.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
Lot No
14
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45212314 - Historical monument or memorial construction work
- 92522100 - Preservation services of historical sites
- 92522200 - Preservation services of historical buildings
- 45212313 - Museum construction work
- 45212310 - Construction work for buildings relating to exhibitions
- 45212312 - Exhibition centre construction work
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
two.2) Description
two.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
Lot No
13
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45212314 - Historical monument or memorial construction work
- 92522000 - Preservation services of historical sites and buildings
- 92522200 - Preservation services of historical buildings
- 45212313 - Museum construction work
- 45212312 - Exhibition centre construction work
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 112
In the case of framework agreements, provide justification for any 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
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: 2022/S 000-036432
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 August 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 October 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
Section six. Complementary information
six.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.
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
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.
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