Tender

BIOSV Relocation

  • CARDIFF UNIVERSITY

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-050094

Procurement identifier (OCID): ocds-h6vhtk-05646d (view related notices)

Published 20 August 2025, 11:23am



Scope

Reference

CU.2015.JP

Description

Scope: Project and Cost Management

Provide robust leadership in the form of Project Management to the team, including managing the programme.

Management of cost within the budget envelope.

Production of Pre-Tender estimate.

Production of Procurement report.

Cost and Project Management throughout the construction period.

• Management and recording of meetings.

• Reporting to the University regarding progress, risk and issues.

Scope: Multi-Disciplinary Design Team

Undertake the design to achieve planning permission including:

Architectural

Principal Designer (including BSA where applicable)

MEP

Civil Engineering

Fire Engineering

Acoustics

Interior Design

Surveys and appraisals

Coordination of Design

Advising the University of any other requirements to meet the brief.

Planning Consultancy will be subject to a separate appointment.

Full details are contained the scope documents

Total value (estimated)

  • £416,666.67 excluding VAT
  • £500,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 17 November 2025 to 30 September 2027
  • 1 year, 10 months, 14 days

Main procurement category

Services

CPV classifications

  • 71530000 - Construction consultancy services

Contract locations

  • UKL22 - Cardiff and Vale of Glamorgan

Lot constraints

Maximum number of lots a supplier can be awarded: 1

Description of how multiple lots may be awarded:

Bidders can apply for Lot 1 or Lot 2 but no single company can be appointed for both lots, nor can a winning consultancy be a major sub-consultant for the other lot, or major sub-consultant on both lots. If a consultancy is successful in passing the first stage of the tender (the COP) for both lots (either as lead or sub-consultant) they will be asked to withdraw from one.

The top 3 ranked bidders from the conditions of participation will be down selected. However, the University requires that separate Consultants are down selected for Lot 1 and Lot 2.

In the event that a bidder bids for both lots and is the top scoring COP bidder in both lots, then in order to maintain separation, the bidder will be given the choice of which lot to proceed to ITT stage.

In the event that a bidder has to choose to withdraw from a lot, that lot will be awarded to the 4th place ranked bidder and so on.


Lot 1. Project Manager and Cost Manager services

Description

Scope: Project and Cost Management

Provide robust leadership in the form of Project Management to the team, including managing the programme.

Management of cost within the budget envelope.

Production of Pre-Tender estimate.

Production of Procurement report.

Cost and Project Management throughout the construction period.

Management and recording of meetings.

Reporting to the University regarding progress, risk and issues.

Full details are contained within the scope document

Lot value (estimated)

  • £83,333.33 excluding VAT
  • £100,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Multi-Disciplinary Design Team

Description

Undertake the design to achieve planning permission including:

Architectural

Principal Designer (including BSA where applicable)

MEP

Civil Engineering

Fire Engineering

Acoustics

Interior Design

Surveys and appraisals

Coordination of Design

Advising the University of any other requirements to meet the brief.

Full details are contained in the scope document

Lot value (estimated)

  • £333,333.34 excluding VAT
  • £400,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Legal and financial capacity conditions of participation

Lot 1. Project Manager and Cost Manager services

Lot 2. Multi-Disciplinary Design Team

As stated in the COP documents

Technical ability conditions of participation

Lot 1. Project Manager and Cost Manager services

Lot 2. Multi-Disciplinary Design Team

As stated in the COP documents

Particular suitability

Lot 1. Project Manager and Cost Manager services

Lot 2. Multi-Disciplinary Design Team

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

1 September 2025, 5:00pm

Submission type

Requests to participate

Deadline for requests to participate

15 September 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

  • Welsh
  • English

Suppliers to be invited to tender

Lot 1. Project Manager and Cost Manager services

Lot 2. Multi-Disciplinary Design Team

Maximum 3 suppliers per lot

Selection criteria:

per lot

Award decision date (estimated)

31 October 2025


Award criteria

Lot 1. Project Manager and Cost Manager services

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 60%
Price Price 40%

Lot 2. Multi-Disciplinary Design Team

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 55%
Price Price 35%
Responsible Procurement/Sustainability Quality 10%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

On receipt of completed Conditions of Participation, the University will assess Conditions of Participation responses and will limit the number of Bidders that are invited to the Award stage to the three (3) Bidders per lot that have received the highest scores for the Conditions of Participation scored questions provided that they have not been excluded pursuant to other provisions of this Conditions of Participation.

Bidders may submit a Conditions of participation response for both Lot 1 (PM & QS) and Lot 2 (MDDT).

The top 3 ranked bidders from the conditions of participation will be down selected. However, the University requires that separate Consultants are down selected for Lot 1 and Lot 2.

In the event that a bidder bids for both lots and is the top scoring COP bidder in both lots, then in order to maintain separation, the bidder will be given the choice of which lot to proceed to ITT stage.

In the event that a bidder has to choose to withdraw from a lot, that lot will be awarded to the 4th place ranked bidder and so on.


Documents

Associated tender documents

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

Technical specifications to be met

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home


Contracting authority

CARDIFF UNIVERSITY

  • Companies House: RC000089
  • Public Procurement Organisation Number: PHVT-4343-HWYR

Park Place

Cardiff

CF10 3AT

United Kingdom

Contact name: Julie Price

Email: Pricejk@cardiff.ac.uk

Website: http://www.cardiff.ac.uk

Region: UKL22 - Cardiff and Vale of Glamorgan

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales