Section one: Contracting authority
one.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
Contact
Penny Haywood - Category Manager
corporate.procurement@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.1) Name and addresses
Vale of Glamorgan Council
Civic Offices, Holton Road
BARRY
CF63 4RU
procurement@valeofglamorgan.gov.uk
Telephone
+44 1446700111
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
http://www.valeofglamorgan.gov.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0275
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/
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
County Council of the City and County of Cardiff and The Vale of Glamorgan Council New Housing Partnership
Reference number
ERFX1008254
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The County Council of the City and County of Cardiff and The Vale of Glamorgan Council wish to appoint a developer to enter into a partnership agreements for the development of a number of sites across Cardiff City and Glamorgan.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45111291 - Site-development work
- 45210000 - Building construction work
- 45111000 - Demolition, site preparation and clearance work
- 45233260 - Pedestrian ways construction work
- 45262700 - Building alteration work
- 45330000 - Plumbing and sanitary works
- 45211360 - Urban development construction work
- 45215214 - Residential homes construction work
- 45220000 - Engineering works and construction works
- 70111000 - Development of residential real estate
- 71247000 - Supervision of building work
- 71315200 - Building consultancy services
- 71530000 - Construction consultancy services
- 71541000 - Construction project management services
- 71540000 - Construction management services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
Cardiff and Glamorgan.
two.2.4) Description of the procurement
The Contracting Authorities are seeking the appointment of a partner for the delivery of homes on a number of sites across the two authorities. The Contracting Authorities propose to each enter into an overarching Partnership Agreements with the Developer to deliver a programme of housing.
Pursuant to the Partnership Agreements, the Contracting Authorities will, for each site, enter into a Building Contract or Development Agreement with the Developer and grant a lease / licence upon satisfaction of conditions.
The selected partner will also be required to deliver additional social value benefits as part of delivering the schemes.
As set out in the procurement documents, interested parties are invited to attend an ‘Opportunity Overview’ session held virtually. Further details including the finalised date and times will be issued as a clarification via the Contracting Authorities electronic tendering system / portal.
It should be noted that the estimated total value shown in II.1.5 is an expression of the estimated construction costs.
As described in II.2.5, price is not the only award criteria. The draft invitation to participate in competitive dialogue sets out the main criteria against which tender submissions will be evaluated (including the percentage weightings attached to each criterion). The detailed questions the Contracting Authorities will ask bidders to address in relation to each of the criteria will be confirmed at commencement of the dialogue stage. Please refer to the draft Invitation to Participate in Competitive Dialogue for further information.
The Contracting Authorities reserve the right to terminate the process at any time prior to award of contract, and do not bind themselves to accept any tender received and reserves the right to call for new tenders should they consider this necessary.
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
144
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
The criteria to be used to select the appropriate number of candidates to participate in the subsequent stages of the competition is set out in the procurement documents
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.2.14) Additional information
The Contracting Authorities shall not be liable for any costs or expenses incurred by any tenderer in connection with the completion and return of information requested in this contract notice or the completion or submission of any tender.
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
Competitive dialogue
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
11 December 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 February 2024
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
This is referenced in II2.4
(WA Ref:135967)
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
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).