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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/cardiffuniversity/
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/
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
Estates Maintenance Framework – small works Projects
Reference number
CU.1360.LW
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
This procurement exercise is for the appointment of suitable Contractor(s) to execute general maintenance and repair type, Small Project Works up to a maximum value of GBP 25000 and at Buildings and grounds throughout the University of Cardiff Estates complex.
The Contracts on award shall be Framework Term contracts for an initial period of Two (2) years with an option to extend for two (2) separate periods of 12 months each. That is potential of four (4) years in total.
Invitation to Tender (ITT) shall comprise 2 Lots: Lot 1 Miscellaneous Minor Maintenance Works ( Area 1 Residential Campus)
Lot 2 Miscellaneous Minor Maintenance Works ( Area 2 Academic Campus)
Each Framework “Lot” shall be awarded to a single Contractor who has submitted the most competitive bid. The Contract Management team shall ensure competitiveness throughout the Contract Term and aided by KPI objectives included in the Contract.
two.1.5) Estimated total value
Value excluding VAT: £7,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Residential Campus
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
Cardiff University
two.2.4) Description of the procurement
execute general maintenance and repair type, Small Project Works up to a maximum value of GBP 25000 and at Buildings and grounds throughout the University of Cardiff Estates complex.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
two x twelve months
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
Academic Campus
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
Cardiff University
two.2.4) Description of the procurement
execute general maintenance and repair type, Small Project Works up to a maximum value of GBP 25000 and at Buildings and grounds throughout the University of Cardiff Estates complex.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Two x Twelve months
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.2.3) 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.1.3) 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: 2
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 000-022628
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 October 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
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
23 October 2023
Local time
12:00pm
Place
Online
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=135051.
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:
Sustainability and Social Value are included as part of criteria review
(WA Ref:135051)
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