Tender

Multi-Disciplinary Design Team Framework (Residences and Minor Works)

  • Cardiff University

F02: Contract notice

Notice identifier: 2022/S 000-031603

Procurement identifier (OCID): ocds-h6vhtk-03802e

Published 8 November 2022, 4:17pm



Section one: Contracting authority

one.1) Name and addresses

Cardiff University

Procurement Services, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

Contact

Julie Price

Email

PriceJK@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

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

Multi-Disciplinary Design Team Framework (Residences and Minor Works)

Reference number

CU.1123.JP

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement is for the appointment of two separate multi-disciplined design teams with one consultant appointed to each lot, (Lot 1 and Lot 2) along with two reserve Framework consultants (one on each lot) to assist with the programme delivery of the summer 2023 – 2027.

The Framework will be for Residences Planned Maintenance Programme (PMP), the Residences Fire Strategy Planned Maintenance Programme (FS-PMP), Residences unplanned reactive works and various minor works projects.

This procurement exercise has been split into two lots due to the tight programme timescales and the amount of work involved. Both lots are for PMP and FSPMP, unplanned reactive works and various minor works projects, the work streams are co-ordinated for ease of delivery and best value/practice for the University. The lots will be divided on a site location basis, whilst the scope of works will be similar, locations will differ. The nature of the work for both PMP and FSPMP dovetail from a delivery standpoint ensuring that sequence of works is delivered in the most efficient way.

Multi-Disciplinary Design teams including the following:

Lead Consultant / Project Manager

Principal Designer

Mechanical & Electrical Engineering

Quantity Surveying/Architectural Services

Surveying Services

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

PMP and FS-PMP, (Talybont, Hodge Hall, North Road Houses, Southgate House) Resi Unplanned and Minor Works as allocated.

Lot No

1

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services

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

This procurement is for the appointment of two separate multi-disciplined design teams with one consultant appointed to each lot, (Lot 1 and Lot 2) along with two reserve Framework consultants (one on each lot) to assist with the programme delivery of the summer 2023 – 2027.

The Framework will be for Residences Planned Maintenance Programme (PMP), the Residences Fire Strategy Planned Maintenance Programme (FS-PMP), Residences unplanned reactive works and various minor works projects.

This procurement exercise has been split into two lots due to the tight programme timescales and the amount of work involved. Both lots are for PMP and FSPMP, unplanned reactive works and various minor works projects, the work streams are co-ordinated for ease of delivery and best value/practice for the University. The lots will be divided on a site location basis, whilst the scope of works will be similar, locations will differ. The nature of the work for both PMP and FSPMP dovetail from a delivery standpoint ensuring that sequence of works is delivered in the most efficient way.

Multi-Disciplinary Design teams including the following:

Lead Consultant / Project Manager

Principal Designer

Mechanical & Electrical Engineering

Quantity Surveying/Architectural Services

Surveying Services

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

36

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month extension option available.

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

– PMP and FS-PMP (University Hall, Cartwrigt Court, Roy Jenkins, North Campus Houses, Aberdare Hall, Senghennydd, Village Houses), Resi Unplanned and Minor Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services

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

This procurement is for the appointment of two separate multi-disciplined design teams with one consultant appointed to each lot, (Lot 1 and Lot 2) along with two reserve Framework consultants (one on each lot) to assist with the programme delivery of the summer 2023 – 2027.

The Framework will be for Residences Planned Maintenance Programme (PMP), the Residences Fire Strategy Planned Maintenance Programme (FS-PMP), Residences unplanned reactive works and various minor works projects.

This procurement exercise has been split into two lots due to the tight programme timescales and the amount of work involved. Both lots are for PMP and FSPMP, unplanned reactive works and various minor works projects, the work streams are co-ordinated for ease of delivery and best value/practice for the University. The lots will be divided on a site location basis, whilst the scope of works will be similar, locations will differ. The nature of the work for both PMP and FSPMP dovetail from a delivery standpoint ensuring that sequence of works is delivered in the most efficient way.

Multi-Disciplinary Design teams including the following:

Lead Consultant / Project Manager

Principal Designer

Mechanical & Electrical Engineering

Quantity Surveying/Architectural Services

Surveying Services

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

36

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month extension option available

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

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: 6

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

Date

8 December 2022

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

8 December 2022

Local time

12:30pm

Place

Cardiff University


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Jan 2027

six.3) Additional information

All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.

The University reserves the right to award the contract in whole or in part.

The University reserves the right to annul the tendering process and not award any contract.

All documents to be priced in GBP and all payments made in GBP.

All documents to be priced in GBP excluding VAT

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=126378.

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:

As stated in the Invitation to Tender (ITT) Documents.

(WA Ref:126378)

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