Notice Information
Notice Title
Delivery of a Multi-Storey Car Park for the Atlantic Wharf Development
Notice Description
Cardiff Council ("the Council") is the freeholder of the Surface Car Park Adjacent the Red Dragon Centre in Atlantic Wharf, Cardiff Bay ("the Site") which it wishes to deliver a 1,300 spaces Multi Storey Car Park ("MSCP"). However, interested bidders should note that the Council reserves the right to amend the orientation of the Red-Line boundary of the MSCP to accommodate the evolving Masterplan design, subject to internal approvals. Further information on this is set out in the procurement documents. This opportunity therefore relates to the design and construction of a system build MSCP. The general scope of the tender shall include all the works as detailed in the separate Employers Requirements Documents and referred to in the Pricing documents included in the tender documentation available free of charge on the Proactis Portal.
Lot Information
Lot 1
The MSCP will be procured as a two stage Design and Build Contract. Employers Requirements will include but are not limited to in summary: 1. 1,300 Car Park Spaces with 56 accessible parking spaces. 2. Electric charging points to a minimum number of 385 spaces and infrastructure provision to increase this number throughout the MSCP to future proof within the constraints of the supply. 3. Typical parking bay size of 2.5m x 5m. 4. Allow for Photovoltaic (PV) 50% required on the MSCP Roof. 5. Provide ANPR / ticketless operation, with ticket machine location. 6. Battery storage allowance. The Energy Strategy is paramount to the Council aspirations and should include: - 1. LoRaWAN WI-FI Technology network, 2. Solar PV, 3. Battery Storage, 4. Smart lighting and controls, 5. ALPR Auto Licence plate recognition Barriers, 6. Ticket machines and 7. Electric vehicle EV charging All aspects of the design and installation shall be undertaken by the Contractor. The Contractor must ensure compliance with all Statutory and Building Codes of Practice associated with the design, manufacture, construction and operation of the MSCP of this scale. The tender will be run under an open procedure. Bidders will be expected to provide a response to the following (please see tender documentation for further information): 1. Quality Questions 2. Pricing Schedule 3. Contract Specific Social Value The Successful Contractor will work under a two-stage design and build under a Pre-Construction Services Agreement and JCT and Design and Build Contract 2016 edition, varied by the schedule of amendments. Stage 1 will require the Contractor to work with the Council to design the MSCP providing a Contractor's Proposal document and support where required. Stage 2 will require the Contractor to undertake the works, subject to Council approvals. The full scope of the works will encompass but will not be limited to the following core activities: 1. Act as Principal Contractor in accordance with the CDM Regulations 2015 2. Full Project and Design Management 3. Full design of all elements from the detailed planning details 4. Management of Employers design approval process requirements 5. Full Construction Site Management 6. Safe site set-up, access equipment and materials distribution 7. On site welfare facilities and fencing/hoarding 8. Ground works and Structural works 9. Build envelope / facade 10. Mechanical and Electrical Installations including testing and commissioning inclusive of BMS, Energy, Sustainability and Smart Technologies systems 11. Management and service diversions and new supply requirements 12. Full Management of Health and Safety File and Building Documents 13. Practical completion 14. Handover and soft landings. Bidders are to note the Authority has a set funding envelope available for the costs associated with the delivery of the MSCP. Further information on this is set out in the ITT document.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02e83e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019402-2022
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45210000 - Building construction work
45213312 - Car park building construction work
Notice Value(s)
- Tender Value
- £26,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Jul 20223 years ago
- Submission Deadline
- 22 Sep 2022Expired
- Future Notice Date
- 12 Nov 2021Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CARDIFF COUNCIL
- Contact Name
- Not specified
- Contact Email
- corporate.procurement@cardiff.gov.uk
- Contact Phone
- +44 2920873701
Buyer Location
- Locality
- CARDIFF
- Postcode
- CF10 4UW
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL52 Cardiff and Vale of Glamorgan
- Delivery Location
- TLL22 Cardiff and Vale of Glamorgan
-
- Local Authority
- Cardiff
- Electoral Ward
- Butetown
- Westminster Constituency
- Cardiff South and Penarth
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02e83e-2022-07-15T12:33:39+01:00",
"date": "2022-07-15T12:33:39+01:00",
"ocid": "ocds-h6vhtk-02e83e",
"description": "Bid submissions must be by way of completion and submission of the PQQ (in accordance with the requirements set out in the PQQ) and Tender (ITT response) by the date and time specified in Section IV2.2. The Authority reserves the right not to accept requests to participate that are received after the deadline. Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time. Bidders are responsible for their own costs in relation to this procurement process. The Authority reserves the right to cancel the procurement procedure at any point and shall have no liability to candidates whatsoever in respect of any costs incurred by candidates in participating in the tender process. The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. 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.gov.wales) 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: The Authority will request Bidders to submit contract specific social value commitments using the Welsh TOMS (themes, outcomes and measures), which will be evaluated on the Social Value Portal as part of the tender process. The successful Bidder will then work with the Council to deliver these commitments over the contract period. (WA Ref:116995) The buyer considers that this contract is suitable for consortia.",
"initiationType": "tender",
"tender": {
"id": "ERFX1007891",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Delivery of a Multi-Storey Car Park for the Atlantic Wharf Development",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45213312",
"description": "Car park building construction work"
},
"mainProcurementCategory": "works",
"description": "Cardiff Council (\"the Council\") is the freeholder of the Surface Car Park Adjacent the Red Dragon Centre in Atlantic Wharf, Cardiff Bay (\"the Site\") which it wishes to deliver a 1,300 spaces Multi Storey Car Park (\"MSCP\"). However, interested bidders should note that the Council reserves the right to amend the orientation of the Red-Line boundary of the MSCP to accommodate the evolving Masterplan design, subject to internal approvals. Further information on this is set out in the procurement documents. This opportunity therefore relates to the design and construction of a system build MSCP. The general scope of the tender shall include all the works as detailed in the separate Employers Requirements Documents and referred to in the Pricing documents included in the tender documentation available free of charge on the Proactis Portal.",
"lots": [
{
"id": "1",
"description": "The MSCP will be procured as a two stage Design and Build Contract. Employers Requirements will include but are not limited to in summary: 1. 1,300 Car Park Spaces with 56 accessible parking spaces. 2. Electric charging points to a minimum number of 385 spaces and infrastructure provision to increase this number throughout the MSCP to future proof within the constraints of the supply. 3. Typical parking bay size of 2.5m x 5m. 4. Allow for Photovoltaic (PV) 50% required on the MSCP Roof. 5. Provide ANPR / ticketless operation, with ticket machine location. 6. Battery storage allowance. The Energy Strategy is paramount to the Council aspirations and should include: - 1. LoRaWAN WI-FI Technology network, 2. Solar PV, 3. Battery Storage, 4. Smart lighting and controls, 5. ALPR Auto Licence plate recognition Barriers, 6. Ticket machines and 7. Electric vehicle EV charging All aspects of the design and installation shall be undertaken by the Contractor. The Contractor must ensure compliance with all Statutory and Building Codes of Practice associated with the design, manufacture, construction and operation of the MSCP of this scale. The tender will be run under an open procedure. Bidders will be expected to provide a response to the following (please see tender documentation for further information): 1. Quality Questions 2. Pricing Schedule 3. Contract Specific Social Value The Successful Contractor will work under a two-stage design and build under a Pre-Construction Services Agreement and JCT and Design and Build Contract 2016 edition, varied by the schedule of amendments. Stage 1 will require the Contractor to work with the Council to design the MSCP providing a Contractor's Proposal document and support where required. Stage 2 will require the Contractor to undertake the works, subject to Council approvals. The full scope of the works will encompass but will not be limited to the following core activities: 1. Act as Principal Contractor in accordance with the CDM Regulations 2015 2. Full Project and Design Management 3. Full design of all elements from the detailed planning details 4. Management of Employers design approval process requirements 5. Full Construction Site Management 6. Safe site set-up, access equipment and materials distribution 7. On site welfare facilities and fencing/hoarding 8. Ground works and Structural works 9. Build envelope / facade 10. Mechanical and Electrical Installations including testing and commissioning inclusive of BMS, Energy, Sustainability and Smart Technologies systems 11. Management and service diversions and new supply requirements 12. Full Management of Health and Safety File and Building Documents 13. Practical completion 14. Handover and soft landings. Bidders are to note the Authority has a set funding envelope available for the costs associated with the delivery of the MSCP. Further information on this is set out in the ITT document.",
"status": "active",
"contractPeriod": {
"durationInDays": 690
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45213312",
"description": "Car park building construction work"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
}
],
"deliveryAddresses": [
{
"region": "UKL22"
},
{
"region": "UKL22"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2021-11-12T00:00:00Z",
"atypicalToolUrl": "https://supplierlive.proactisp2p.com/Account/Login?s=Manual"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 26000000,
"currency": "GBP"
},
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://supplierlive.proactisp2p.com/",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "The successful contractor may be required to help achieve social and/or environmental policy objectives relating to recruitment, training and supply-chain initiatives. Contract conditions may relate to these considerations.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2022-09-22T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en",
"cy"
]
},
"awardPeriod": {
"startDate": "2022-09-22T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-09-22T12:00:00+01:00",
"description": "All tender documentation must be submitted on the Proactis Portal, a secure e-tendering portal in which all submissions are unable to be viewed until after the closing date and time. Once the closing date and time has passed, the procurement officer will be able to view the submissions and check for compliance prior to undertaking the evaluation."
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-1123",
"name": "Cardiff Council",
"identifier": {
"legalName": "Cardiff Council"
},
"address": {
"streetAddress": "County Hall, Atlantic Wharf",
"locality": "Cardiff",
"region": "UKL22",
"postalCode": "CF10 4UW",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "corporate.procurement@cardiff.gov.uk",
"telephone": "+44 2920873701",
"url": "https://supplierlive.proactisp2p.com/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.cardiff.gov.uk",
"buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-111",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1123",
"name": "Cardiff Council"
},
"language": "en"
}