Section one: Contracting authority/entity
one.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
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.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 Arena Operator and Developer
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Cardiff Council (“the Council”) is the freeholder of the Site on which it wishes to develop a music/entertainment and events arena with a capacity of up to 15,000 (“the Arena”). The Council is seeking to appoint a developer and operator to design, construct, maintain and operate the Arena. The Council will contribute financing towards the delivery of the scheme. The successful bidder will be granted a 99-199 year lease from the Council for the Arena development. The developer will be responsible for securing the initial consortium member operator (and any successor operators) to operate the Arena for a concession period of 40-45 years. The scheme will also involve the delivery of a hotel development, connecting road infrastructure and public realm spaces.
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
two.1.6) Information about lots
This concession is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £183,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45212224 - Stadium 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
- 45212320 - Construction work for buildings relating to artistic performances
- 45212180 - Ticket offices construction work
- 45212411 - Hotel construction work
- 45213316 - Installation works of walkways
- 45233000 - Construction, foundation and surface works for highways, roads
- 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
- 92000000 - Recreational, cultural and sporting services
- 92300000 - Entertainment services
- 92312100 - Theatrical producers', singer groups', bands' and orchestras' entertainment services
- 92312120 - Singer group entertainment services
- 92312130 - Band entertainment services
- 92312140 - Orchestral entertainment services
- 55520000 - Catering services
- 55330000 - Cafeteria services
- 55400000 - Beverage-serving services
- 55410000 - Bar management services
- 55500000 - Canteen and catering services
- 79993000 - Building and facilities management services
- 79993100 - Facilities management services
- 77314000 - Grounds maintenance services
- 90911200 - Building-cleaning services
- 75241000 - Public security services
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
Land (including the car park) at County Hall, Atlantic Wharf, Cardiff, CF10 4UW (“the Site”).
two.2.4) Description of the procurement
Continues from II1.4.
The Council’s financial contribution to the scheme will be through a Funding Agreement with the developer for up to 30m GBP or alternatively through an income strip lease arrangement over the term of the concession. Bidders are expected to submit tenders on both of these basis. Further details are provided in the Descriptive Document and other Concession Documents available through the portal referred to in l.3) above.
The level and availability of the Council’s financial contributions are subject to the Council’s decision making and internal approval processes and details will confirmed to participating bidders during the competition. Prospective bidders should note that the Council reserves the right to vary the available funding and financing approaches during the procurement process.
The Council or developer will be required to acquire some land immediately adjacent to the Site to be made available for the delivery of the Arena.
two.2.5) Award criteria
Concession is awarded on the basis of the criteria described below:
- Criterion: Commercial - 60%
- Criterion: Technical - 40%
two.2.7) Duration of the concession
Duration in months
540
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 duration of the concession will be in the region of 40-45 years.
The applicants with the 3 highest scoring compliant SQ responses will be invited to the tender stage of the competition process.
The estimated values in II.1.5 and II.2.6 represents the estimated capital cost. It does not include the estimated Operator operating revenue that may be achieved through the operation of the Arena.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Award procedure with prior publication of a concession notice
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: 2019/S 161-397406
Section five. Award of concession
A concession/lot is awarded: Yes
five.2) Award of concession
five.2.1) Date of concession award decision
12 August 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the concessionaire
live nation
30 St. John Street
London
EC1M4AY
Telephone
+44 7956801955
Country
United Kingdom
NUTS code
- UKI4 - Inner London – East
The concessionaire is an SME
No
five.2.4) Information on value of concession and main financing terms (excluding VAT)
Total value of the concession/lot: £183,000,000
Section six. Complementary information
six.3) Additional information
The Concession Contracts Regulations 2016 (“CCR”) apply to this scheme. The Council intends to follow a process similar to the Competitive Dialogue procedure described in the Public Contracts Regulations 2015 (as amended) (“PCR”). The Council reserves the right to deviate from the formalities of the PCR in conducting the competition due to the flexibilities permitted by the CCR.
Submission of applications must be by way of completion and return of the SQ pre-qualification questionnaire (“SQ”) by the date and time specified in Section IV.2.2. The Council reserves the right not to accept submission of applications that are received after the deadline. Bidders are encouraged to submit their submission well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to high volumes of traffic attempting to submit applications on the same date at the same time.
(WA Ref:144604)
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Bidders should note that the Concession Documents (including the Heads of Terms and Descriptive Document) are draft documents at this stage, providing indicative information of the Council’s intended approach in the procurement process and are for general information only. The Council reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.
The Council reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this concession notice.
Deadline for Review Procedures:
In accordance with Regulation 47 (Notice of decision to award a concession contract); Regulation 48 (Standstill Period) and Regulation 52 to 63 of the Concession Contracts Regulations 2016 (CCR 2016).
Following any decision to award the concession contract, the Council will provide debriefing information to unsuccessful bidders (in accordance with Regulation 47 CCR 2016) and observe a minimum 10 day standstill period (in accordance with Regulation 48 CCR 2016) before the concession contract is entered into.