黑料社

Construction Tenders

01 April 2026

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 7

Status Active

Published 1st Apr 2026

Tender Details
Referenceocds-h6vhtk-0666e2
Common Procurement VocabularyConstruction structures and materials; auxiliary products to construction (except electric apparatus)
Procurement MethodOpen procedure
Value£15,000,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 7

Status Active

Published 1st Apr 2026

Tender Details
Referenceocds-h6vhtk-0666e2
Common Procurement VocabularyConstruction structures and materials; auxiliary products to construction (except electric apparatus)
Procurement MethodOpen procedure
Value£15,000,000

Changes to notice

This notice has been edited. The previous version is still available.

Amended Documents being uploaded following clarifications, etc.

Scope

Reference

UWTSD2526/235

Description

The University of Wales Trinity Saint David (UWTSD) Group and Pembrokeshire College wish to establish an Open Framework Agreement for the Provision of Capital Development Professional Consultancy. The Framework Agreement is divided into seven (7) Lots:

鈼 Lot 1 - Project and programme management (inc. Lead Consultant role)

鈼 Lot 2 - Quantity Surveying / Cost Consultancy

鈼 Lot 3 - Building Surveying (Condition & Lifecycle)

鈼 Lot 4 - Architecture and Design

鈼 Lot 5 - M&E / Building Services Consultancy

鈼 Lot 6 - Principal Designer / H&S Consultancy

鈼 Lot 7 鈥 Structural Engineering

The Group intends to appoint a maximum of six (6) Consultants per Lot.

Tenderers may submit responses for one or multiple Lots, provided they have the capacity and capability to meet the requirements of each Lot. Tenderers must clearly indicate which Lot(s) they are bidding for.

This procurement is being conducted via the Sell2Wales portal. All relevant documents, including the Invitation to Tender (ITT) and associated materials, are available exclusively in electronic format through the Sell2Wales website.

The procurement process will follow the Open Framework Procedure, as outlined in the Procurement Act 2023.

The ITT and its associated materials have been structured to ensure fair and equal treatment of all tenderers. Bidders must adhere to the specified format and order when completing their responses to enable consistent evaluation.

Bidders are advised to read the entire ITT carefully prior to submission. Failure to follow the instructions for completion or submission may result in disqualification from the process.

Commercial tool

Establishes an open framework

A series of frameworks with substantially the same terms. Awarded suppliers are carried over and new suppliers can bid.

Total value (estimated)

  • 拢15,000,000 excluding VAT
  • 拢18,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 29 May 2026 to 30 April 2034
  • 7 years, 11 months, 3 days

Main procurement category

Services

CPV classifications

  • 45000000 - Construction work
  • 71000000 - Architectural, construction, engineering and inspection services
  • 73000000 - Research and development services and related consultancy services
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 70000000 - Real estate services

Contract locations

  • UK - United Kingdom

Lot constraints

Description of how multiple lots may be awarded:

Tenderers may submit responses for one or multiple Lots, provided they have the capacity and capability to meet the requirements of each Lot. Tenderers must clearly indicate which Lot(s) they are bidding for.


Lot 1. Project and programme management (inc. Lead Consultant role)

Description

鈼 Lead or support the end-to-end delivery of capital projects.

鈼 Develop project execution plans, stakeholder engagement strategies, and governance models.

鈼 Monitor performance against time, cost, quality, and risk parameters.

鈼 Ensure compliance with internal approval gateways and funding conditions.

*Please note: UWTSD reserves the right to appoint a Lead Consultant, on a project-by-project basis, to coordinate multi-disciplinary services where appropriate. The Lead Consultant may be selected from any relevant sub-lot. Tenderers are required to declare their proposed coordination uplift percentage in the Pricing Schedule (Appendix B), which shall apply only where the role is instructed.

Lot value (estimated)

  • 拢2,142,858 excluding VAT
  • 拢2,571,429.60 including VAT

Framework lot values may be shared with other lots

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. Quantity Surveying / Cost Consultancy

Description

鈼 Provide feasibility-level cost estimates.

鈼 Monitor budgets, tender returns, and financial performance throughout the project lifecycle.

鈼 Undertake value engineering where appropriate.

鈼 Report on financial status to project boards and funders.

Lot value (estimated)

  • 拢2,142,857 excluding VAT
  • 拢2,571,428.40 including VAT

Framework lot values may be shared with other lots

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 3. Building Surveying (Condition & Lifecycle)

Description

鈼 Inspect and report on the condition, compliance, and lifecycle of buildings and fabric.

鈼 Prepare specifications and schedules of work for repairs, refurbishments, and alterations.

鈼 Administer construction and maintenance contracts, including valuations and certification.

鈼 Advise on statutory compliance, building regulations, and health and safety.

鈼 Support feasibility studies, option appraisals, and asset management planning.

鈼 Contribute to CDM compliance and act as Principal Designer where required.

鈼 Provide post-completion inspections and advise on defect resolution.

Lot value (estimated)

  • 拢2,142,857 excluding VAT
  • 拢2,571,428.40 including VAT

Framework lot values may be shared with other lots

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 4. Architecture and Design

Description

鈼 Prepare architectural concept designs, planning drawings, and technical working drawings.

鈼 Ensure that designs meet institutional briefs, comply with planning and regulatory requirements, and reflect sustainability, accessibility, and operational considerations.

鈼 Liaise with statutory consultees (e.g. planning, fire, access).

鈼 Collaborate with multidisciplinary teams to integrate architectural proposals with M&E and structural inputs.

鈼 Provide input to design risk assessments and CDM documentation.

Lot value (estimated)

  • 拢2,142,857 excluding VAT
  • 拢2,571,428.40 including VAT

Framework lot values may be shared with other lots

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 5. M&E / Building Services Consultancy

Description

鈼 Develop designs for mechanical, electrical, and public health services, including heating, ventilation, lighting, power, and building management systems.

鈼 Prepare and carry out performance specifications, load assessments, and system integration plans.

鈼 Ensure design aligns with energy efficiency and decarbonisation goals, including net zero strategies.

鈼 Coordinate with architectural and structural designers and contribute to clash detection processes using BIM where applicable.

鈼 Support commissioning, snagging, and handover stages as needed.

鈼 Advise on energy efficiency, decarbonisation strategies, and operational optimisation.

鈼 Provide ongoing technical guidance, feasibility studies, and specialist consultancy throughout the project lifecycle.

Lot value (estimated)

  • 拢2,142,857 excluding VAT
  • 拢2,571,428.40 including VAT

Framework lot values may be shared with other lots

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 6. Principal Designer / H&S Consultancy

Description

鈼 Deliver the Principal Designer role under the CDM Regulations 2015.

鈼 Coordinate and manage pre-construction information, design risk registers, and CDM documentation.

鈼 Ensure ongoing health and safety oversight throughout project stages.

鈼 Conduct audits, advise on risk assessments, and ensure contractor compliance.

鈼 Support training and incident reporting as required.

Lot value (estimated)

  • 拢2,142,857 excluding VAT
  • 拢2,571,428.40 including VAT

Framework lot values may be shared with other lots

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 7. Structural Engineer

Description

鈼 Provide structural design and analysis services for new build, refurbishment, and alteration projects.

鈼 Undertake structural condition and stress assessments, including evaluation of load capacity, structural integrity, and signs of distress, fatigue, or failure.

鈼 Undertake structural inspections, surveys, and condition assessments of existing structures, including appraisal of structural slabs, frames, and load-bearing elements, and RAAC/RACS investigations where applicable.

鈼 Develop structural solutions that are safe, compliant, buildable, and aligned with project constraints.

鈼 Prepare structural calculations, drawings, specifications, and reports suitable for planning, tender, and construction stages.

鈼 Advise on structural risks, constraints, temporary works, and buildability considerations.

鈼 Liaise and coordinate with architectural, M&E, and other consultancy disciplines.

鈼 Provide input into feasibility studies, option appraisals, and technical due diligence.

鈼 Support statutory approvals and compliance with relevant codes, standards, and regulations.

鈼 Attend site visits, design team meetings, and provide construction-stage technical support where required.

鈼 Contribute to CDM compliance, including design risk assessments and residual risk information.

Lot value (estimated)

  • 拢2,142,857 excluding VAT
  • 拢2,571,428.40 including VAT

Framework lot values may be shared with other lots

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.


Framework

Open framework scheme end date (estimated)

30 April 2034

Maximum number of suppliers

42

Maximum percentage fee charged to suppliers

0%

Further information about fees

Instructions for Completing the Pricing Schedule

Sections

The Pricing Schedule consists of two main sections:

1. Rates

2. Lead Consultant Uplift

General Guidance

1. All rates must be submitted in pounds sterling and exclude VAT.

2. A working day is considered 8 hours.

3. Rates should remain firm for the first 12 months of the Framework. After 12 months, rates may be adjusted annually in line with CPI.

4. The Financial Evaluation sheet will be used for the commercial assessment of your submission.

Rates Section

- Enter your standard rates for all applicable roles.

- Rates should apply to all call-offs unless otherwise agreed. The Contractor may offer reduced rates at call-off stage.

- Additional job titles within the Lot may be included for information purposes only.

- Where specialist roles are required, agree the applicable role banding and rates at call-off. Rates must reflect the scope, nature, and risk of the service delivered.

Lead Consultant Uplift Section

- State the percentage uplift if instructed to undertake the role of Lead Consultant at call-off.

- The uplift must reflect additional responsibilities for coordination, management, and oversight of the consultancy team.

- Apply this uplift only where the Lead Consultant role is expressly required.

Framework operation description

The proposed Framework Agreement is intended to run for an initial period of four (4) years, with the option to extend for a further four (4) years, giving a maximum duration of eight (8) years. In line with the principles of openness and competition, there is also a provision to allow new suppliers to join the framework during year three (3) and again in year six (6).

Call-offs under the Framework Agreement shall be conducted through one of the following methods:

鈼 Mini-Competition,

鈼 Direct Award (by rotation), or

鈼 Desktop Exercise

All awards under the Framework shall be made in accordance with the one of three of the established call-off procedures.

For the avoidance of doubt,

鈼 Direct Award will be used routinely for straightforward or low-risk commissions

鈼 Mini-competitions are reserved for complex or higher-value work

鈼 Desktop exercises are used to respond to urgent or time critical needs. They do not remove the need for proper checks, records, or governance.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1. Project and programme management (inc. Lead Consultant role)

Lot 2. Quantity Surveying / Cost Consultancy

Lot 3. Building Surveying (Condition & Lifecycle)

Lot 4. Architecture and Design

Lot 5. M&E / Building Services Consultancy

Lot 6. Principal Designer / H&S Consultancy

Lot 7. Structural Engineer

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

17 April 2026, 12:00pm

Tender submission deadline

24 April 2026, 12:00pm

Submission address and any special instructions

/

Tenders may be submitted electronically

Yes

Languages that may be used for submission

  • Welsh
  • English

Award decision date (estimated)

29 May 2026


Award criteria

Name Type Weighting
Quality Quality 70.00%
Price Price 30.00%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

UWTSD2526.235 Document 2 - Tender Specification docx

Appendix_B_Pricing_Schedule

UWTSD2526.235 - Appendix 1 - General Project Management and Estates Consultancy

UWTSD2526.235 - Appendix 2 - Locations

Clarification Questions (up to 20/03/2026)

V1. Framework Agreement

V3. Document 1, Tender Info and Instructions

UWTSD2526.235_Clarification Question Log_30March26


Contracting authorities

University of Wales Trinity Saint David

  • Public Procurement Organisation Number: PCRP-2139-LPXM

Carmarthen Campus

Carmarthen

SA31 3EP

United Kingdom

Contact name: Heidi Davies

Telephone: 01554 748092

Email: procurement [at] uwtsd.ac.uk

Website: /

Region: UKL14 - South West Wales

Organisation type: Public undertaking (commercial organisation subject to public authority oversight)

Devolved regulations that apply: Wales

Coleg Sir Gar

  • Public Procurement Organisation Number: PYJY-8483-QRLV

Graig Campus, Sandy Road

Llanelli

SA15 4DN

United Kingdom

Contact name: Heidi Davies

Telephone: 01554748092

Email: procurement [at] colegsirgar.ac.uk

Website:

Region: UKL14 - South West Wales

Organisation type: Public undertaking (commercial organisation subject to public authority oversight)

Devolved regulations that apply: Wales

Pembrokeshire College

  • Public Procurement Organisation Number: PMHW-8826-JHQZ

Merlins Bridge

Haverfordwest

SA61 1SZ

United Kingdom

Contact name: Heidi Davies

Telephone: 01554 748092

Email: heidi.davies [at] pembrokeshire.ac.uk

Website:

Region: UKL14 - South West Wales

Organisation type: Public undertaking (commercial organisation subject to public authority oversight)

Devolved regulations that apply: Wales


Contact organisation

Contact University of Wales Trinity Saint David for any enquiries.