Main Contractors and M&E Services Framework
Six (6) contractors will be selected by the University to be engaged on the Framework as primary framework contractors.
United Kingdom-Cardiff: Building construction work
2015/S 042-071104
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cardiff University
Purchasing Section, McKenzie House, 30-36 Newport Road
For the attention of: Julie Paynter
CF24 0DE Cardiff
UNITED KINGDOM
Telephone: +44 2920879648
E-mail: buyline@cardiff.ac.uk
Internet address(es):
General address of the contracting authority: www.cardiff.ac.uk/purch/
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0258
Electronic access to information: https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Further information can be obtained from: Cardiff University
Purchasing Section, McKenzie House, 30-36 Newport Road
For the attention of: Julie Paynter
CF24 0DE Cardiff
UNITED KINGDOM
Telephone: +44 2920879648
E-mail: buyline@cardiff.ac.uk
Internet address: https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Cardiff University
Purchasing Section, McKenzie House, 30-36 Newport Road
For the attention of: Julie Paynter
CF24 0DE Cardiff
UNITED KINGDOM
Telephone: +44 2920879648
Internet address: https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Tenders or requests to participate must be sent to: Cardiff University
Purchasing Section, McKenzie House, 30-36 Newport Road
For the attention of: Julie Paynter
CF24 0DE Cardiff
UNITED KINGDOM
Telephone: +44 2920879648
Internet address: https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Cardiff & Vale University Health Board
University of South Wales
Swansea University
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: Cardiff.
NUTS code UKL22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 24
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 15 000 000 and 90 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Cardiff University as an employer, is committed to paying all employees not less than the living wage as set out by the Living Wage Foundation.
Further information is set out in the pre-qualification questionnaire (PQQ) documents see section V.I.3 for details.
Suppliers should note that the PQQ documents will be made available to download from midday Monday 2.3.2015.
To obtain PQQ documents, suppliers are requested to register on the following website:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
express an interest in the tender and download the tender documents. Contractors should not request documents from the contracting authority as they are readily available from the above web portal.
Reponses to the PQQ and any clarification questions must be submitted via the above web portal.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site athttp://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=22788
II.1.6)Common procurement vocabulary (CPV)
45210000, 45200000, 45214000, 45000000, 45214400, 71334000, 71333000, 71314100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one lot only
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 – Main Contractor – Value Band – (Up to GBP 1 500 000)
Lot 2 – Main Contractor – Value Band – (GBP 1 500 000 – GBP 10 000 000)
Lot 3 – Combined Mechanical & Electrical Services Engineer – Value Band -(GBP 500 000 – GBP 5 000 000)
Lot 4 – Mechanical Services Contractor – Value Band – (Up to GBP 350 000)
Lot 5 – Electrical Services Contractor – Value Band – (Up to GBP 350 000)
Cardiff University as an employer, is committed to paying all employees not less than the living wage as set out by the Living Wage Foundation.
The contracting authority does not guarantee that any specific volume or value of works/work packages will be called off under the Framework.
II.2.2)Information about options
II.2.3)Information about renewals
Information about lots
Lot No: 1Lot title: Main Contractor
1)Short description
2)Common procurement vocabulary (CPV)
45210000, 45214000, 45000000, 45214400
3)Quantity or scope
Six (6) contractors will be selected by the University to be engaged on the Framework as primary framework contractors (“Primary Framework Contractors”). Primary Framework contractors will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.
Two (2) reserve Framework Contractors will also be selected by the University to be engaged on the Framework (“Reserve Framework Contractor”). Reserve Framework Contractors will not be eligible to considered for the award of call off contracts pursuant to the Framework unless the circumstance set out below apply.
The University shall appoint the Primary Framework Contractors and the Reserve Framework Contractors based on their ranking following evaluation of their tenders for the Framework. The highest six (6) ranked bidders will be appointed as the Primary Framework Contractors and the next two (2) highest ranked bidders will be appointed as the Reserve Framework Contractors.
In the event that any Framework agreement with a Primary Framework Contractor is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Contractor to become a Primary Framework Contractor whereupon the Reserve Framework Contractor will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework. The ranking of the Reserve Framework Contractor as a new Primary Framework Contractor shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Contractor shall not assume the ranking/position of the deposed Primary Framework Contractor).
The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.
Lot No: 2Lot title: Main Contractor
1)Short description
2)Common procurement vocabulary (CPV)
45210000, 45214000, 45000000, 45214400
3)Quantity or scope
Three (3) contractors will be selected by the University to be engaged on the Framework as primary framework contractors (“Primary Framework Contractors”). Primary Framework contractors will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.
Two (2) reserve Framework Contractors will also be selected by the University to be engaged on this framework (“Reserve Framework Contractor”). Reserve Framework Contractors will not be eligible to considered for the award of call off contracts pursuant to this framework unless the circumstance set out below apply.
The University shall appoint the Primary Framework Contractors and the Reserve Framework Contractor based on their ranking following evaluation of their tenders for the Framework. The highest Three (3) ranked contractors will be appointed as the Primary Framework Contractors and the next two (2) highest ranked contractors will be appointed as the Reserve Framework Contractors.
In the event that any framework agreement with a Primary Framework Contractor is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Contractor to become a Primary Framework Contractor whereupon the Reserve Framework Contractor will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework. The ranking of the Reserve Framework Contractor as a new Primary Framework Contractor shall be based on its ranking following evaluation of its tender for this framework (i.e. the Reserve Framework Contractor shall not assume the ranking/position of the deposed Primary Framework Contractor).
The University does not guarantee that any specific volume or value of services will be called off under the Framework.
Lot No: 3Lot title: Combined Mechanical & Electrical Services Contractor
1)Short description
2)Common procurement vocabulary (CPV)
71334000
3)Quantity or scope
Three (3) contractors will be selected by the University to be engaged on the Framework as primary framework contractors (“Primary Framework Contractors”). Primary Framework contractors will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.
Two (2) reserve Framework Contractors will also be selected by the University to be engaged on the Framework (“Reserve Framework Contractor”). Reserve Framework Contractors will not be eligible to considered for the award of call off contracts pursuant to the Framework unless the circumstance set out below apply.
The University shall appoint the Primary Framework Contractors and the Reserve Framework Contractor based on their ranking following evaluation of their tenders for the Framework. The highest two (2) ranked contractors will be appointed as the Primary Framework Contractors and the next two (2) highest ranked bidders will be appointed as the Reserve Framework Contractor.
In the event that any framework agreement with a Primary Framework Contractor is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Contractor to become a Primary Framework Contractor whereupon the Reserve Framework Contractor will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework. The ranking of the Reserve Framework Contractor as a new Primary Framework Contractor shall be based on its ranking following evaluation of its tender for this framework (i.e. the Reserve Framework Contractor shall not assume the ranking/position of the deposed Primary Framework Contractor).
The contracting authority does not guarantee that any specific volume of value of services will be called off under the Framework.
Lot No: 4Lot title: Mechanical Services Contractor
1)Short description
2)Common procurement vocabulary (CPV)
71333000
3)Quantity or scope
Six (6) contractors will be selected by the University to be engaged on the Framework as primary framework contractors (“Primary Framework Contractors”). Primary Framework contractors will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.
Two (2) reserve Framework Contractors will also be selected by the University to be engaged on the Framework (“Reserve Framework Contractor”). Reserve Framework Contractors will not be eligible to considered for the award of call off contracts pursuant to the Framework unless the circumstance set out below apply.
The University shall appoint the Primary Framework Contractors and the Reserve Framework Contractor based on their ranking following evaluation of their tenders for the Framework. The highest two (2) ranked contractors will be appointed as the Primary Framework Contractors and the next two (2) highest ranked contractors will be appointed as the Reserve Framework Contractor.
In the event that any framework agreement with a Primary Framework Contractor is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Contractor to become a Primary Framework Contractor whereupon the Reserve Framework Contractor will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework. The ranking of the Reserve Framework Contractor as a new Primary Framework Contractor shall be based on its ranking following evaluation of its tender for this framework (i.e. the Reserve Framework Contractor shall not assume the ranking/position of the deposed Primary Framework Contractor).
The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.
Lot No: 5Lot title: Electrical Services Contractor
1)Short description
2)Common procurement vocabulary (CPV)
71314100
3)Quantity or scope
Six (6) contractors will be selected by the University to be engaged on the Framework as primary framework contractors (“Primary Framework Contractors”). Primary Framework contractors will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.
Two (2) reserve Framework Contractors will also be selected by the University to be engaged on the Framework (“Reserve Framework Contractor”). Reserve Framework Contractors will not be eligible to considered for the award of call off contracts pursuant to this framework unless the circumstance set out below apply.
The University shall appoint the Primary Framework Contractors and the Reserve Framework Contractor based on their ranking following evaluation of their tenders for the Framework. The highest two (2) ranked contractors will be appointed as the Primary Framework Contractors and the next two (2) highest ranked contractors will be appointed as the Reserve Framework Contractor.
In the event that any framework agreement with a Primary Framework Contractor is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Contractor to become a Primary Framework Contractor whereupon the Reserve Framework Contractor will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework. The ranking of the Reserve Framework Contractor as a new Primary Framework Contractor shall be based on its ranking following evaluation of its tender for this framework (i.e. the Reserve Framework Contractor shall not assume the ranking/position of the deposed Primary Framework Contractor).
The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
The contracting authority reserves the right to request a parent company and/or other guarantees of financial liability.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As set out in the invitation to tender (ITT) documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Any economic operator may be excluded from participation if it fulfils any of the criteria listed in Regulation 23 of the Public Contracts Regulations 2006 (as amended)/Article 45 EU Directive 2004/18/EC.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
As stated in the PQQ documents.
Minimum level(s) of standards possibly required: Lot 1 – Main Contractor – Minimum annual turnover requirement GBP 4 000 000
Lot 2 – Main Contractor – Minimum annual turnover requirement GBP 40 000 000
Lot 3 – Combined Mechanical & Electrical Services Contractor – Minimum annual turnover requirement GBP 10 000 000
Lot 4 – Mechanical Services Contractor – Minimum annual turnover requirement GBP 700 000
Lot 5 – Electrical Services Contractor – Minimum annual turnover requirement GBP 700 000.
III.2.3)Technical capacity
As stated in the PQQ documents.
Minimum level(s) of standards possibly required:
As stated in the PQQ documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
To obtain PQQ documents, contractors are requested to register on the following website:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
express an interest in the tender and download the tender documents.
Contractors should not request documents from the contracting authority as they are readily available from the above web portal.
Response to the PQQ and any clarification questions must be submitted via the above web portal.
The PQQ documents contact, inter alia, a Strategic brief which provides additional information in relation to the Framework/Services being procured.
All tender costs and liabilities incurred by suppliers shall be the sole responsibility of contractors.
The contracting authority reserves the right to establish the Framework/each Lot in whole or in part.
The contracting authority reserves the right to evaluate each Lot as a separate contract.
The contracting authority reserves the right to annul the tendering process and not establish the Framework.
All documents to be priced in GBP and all payments made in GBP
In relation to section II.1.9 – variants will be accepted to the extent permitted in the tender documents (if at all).
Contractors should note that they will be required to enter into the terms and conditions of contract as set out in the ITT and that save for matters of clarification of consistency the Contracting Authority will not negotiate the terms.
(WA Ref:22788)
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
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:
Further details will be provided in the ITT.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: