- Scope of the procurement
- Lot 1. PMP and FS-PMP, (Talybont, Hodge Hall, North Road Houses, Southgate House) Resi Unplanned and Minor Works as allocated.
- Lot 2. – PMP and FS-PMP (University Hall, Cartwrigt Court, Roy Jenkins, North Campus Houses, Aberdare Hall, Senghennydd, Village Houses), Resi Unplanned and Minor Works
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
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