Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

South East Wales Technical and Professional Services

  • First published: 23 November 2020
  • Last modified: 23 November 2020

Contents

Summary

OCID:
ocds-kuma6s-104852
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
23 November 2020
Deadline date:
22 December 2020
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Cardiff Council wish to establish and host a Framework Agreement for the provision of Technical and Professional Services to UK Public Sector Clients (the "Potential Customers"). The key objective of this procurement process is to secure a high quality Technical and Professional Services that offers Potential Customers value for money and added value in the services being provided. The Framework will consist of a number of Construction Consultancy disciplines (lots 1 – 10), as well as a Neutral Vendor Managed service provision (lot 11). The requirements have been split into a total of 11 separate lots to appoint suitably qualified and experienced suppliers across the following range of distinct disciplines: 1. Multi-discipline 2. Civil and Highway Engineering Consultants 3. Transportation Consultants 4. Ground and Water Consultancy 5. Estates and Residential Development Professional Services 6. Site Supervision 7. Aviation Consultants 8. Geotechnical Consultants 9. Archaeological/Cultural Heritage Consultancy 10. Master Planning/ Urban Design 11. Neutral Vendor Managed Service The list of Organisations that are eligible to utilise the Framework Agreement can be located witan the Invitation to Tender Pack. CPV: 71530000, 71351914, 71530000, 71311000, 71311220, 71311200, 71315210, 66514120, 71521000, 71332000, 71313000, 90733700, 71410000, 79418000, 79100000, 79414000, 79410000, 79993100, 71530000, 66122000, 79212000, 79342000, 72222300, 80000000, 71314000, 80400000, 75110000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Contact person: Corporate Category Team

Telephone: +44 2920872087

E-mail: ConsultancyFramework@cardiff.gov.uk

NUTS: UKL22

Internet address(es)

Main address: www.cardiff.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

South East Wales Technical and Professional Services

Reference number: CCC-PS-0001-20

II.1.2) Main CPV code

71530000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Cardiff Council wish to establish and host a Framework Agreement for the provision of Technical and Professional Services to UK Public Sector Clients (the "Potential Customers"). The key objective of this procurement process is to secure a high quality Technical and Professional Services that offers Potential Customers value for money and added value in the services being provided.

The Framework will consist of a number of Construction Consultancy disciplines (lots 1 – 10), as well as a Neutral Vendor Managed service provision (lot 11). The requirements have been split into a total of 11 separate lots to appoint suitably qualified and experienced suppliers across the following range of distinct disciplines:

1. Multi-discipline

2. Civil and Highway Engineering Consultants

3. Transportation Consultants

4. Ground and Water Consultancy

5. Estates and Residential Development Professional Services

6. Site Supervision

7. Aviation Consultants

8. Geotechnical Consultants

9. Archaeological/Cultural Heritage Consultancy

10. Master Planning/ Urban Design

11. Neutral Vendor Managed Service

The list of Organisations that are eligible to utilise the Framework Agreement can be located witan the Invitation to Tender Pack.

II.1.5) Estimated total value

Value excluding VAT: 300 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Multi-Disciplinary

II.2.2) Additional CPV code(s)

71530000

II.2.3) Place of performance

NUTS code:

UKL

UK

II.2.4) Description of the procurement

The Council are seeking to appoint to the framework Multi-Discipline Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

This service will provide an All-In option to be used where a lead consultant or project manager is required to take responsibility for and manage the contracts for all required services on a particular commission.

Further details on the services required are detailed in the Invitation to Tender Pack.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Civil and Highway Engineering Consultants

II.2.2) Additional CPV code(s)

71311000

71311220

II.2.3) Place of performance

NUTS code:

UKL

UK

II.2.4) Description of the procurement

The Council are seeking to appoint to the framework Civil and Highway Engineering Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

The Practices appointed to this lot must be able to provide the following disciplines;

A. Civil Engineering Consultancy

B. Highway Engineering Consultancy

Further details on the services required are detailed in the Invitation to Tender Pack.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Transportation Consultancy

II.2.2) Additional CPV code(s)

71311200

II.2.3) Place of performance

NUTS code:

UKL

UK

II.2.4) Description of the procurement

The Council are seeking to appoint to the framework Transportation Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

Further details on the services required are detailed in the Invitation to Tender Pack.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Ground and Water Consultancy

II.2.2) Additional CPV code(s)

71313000

90733700

II.2.3) Place of performance

NUTS code:

UKL

UK

II.2.4) Description of the procurement

The Council are seeking to appoint to the framework Ground and Water Consultancy Practices able to provide a suitable, professionally qualified resource to undertake potential commissions

The Practices appoint to this lot must be able to provide the following disciplines;

A. Ground and Water Contamination Consultancy

B. Flood Risk Mapping, Modelling and Analysis Consultancy

C. Water Management Consultancy

Further details on the services required are detailed in the Invitation to Tender Pack.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Estates and Residential Development Professional Services

II.2.2) Additional CPV code(s)

71315210

II.2.3) Place of performance

NUTS code:

UKL

UK

II.2.4) Description of the procurement

The Council are seeking to appoint to the Framework Estates and Residential Professional Services Consultancies to provide a suitable, professionally qualified resource to undertake potential commissions.

Further details on the services required are detailed in the Invitation to Tender Pack.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Site Supervision

II.2.2) Additional CPV code(s)

71521000

II.2.3) Place of performance

NUTS code:

UKL

UK

II.2.4) Description of the procurement

The Council are seeking to appoint to the framework Site Supervision Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

Further details on the services required are detailed in the Invitation to Tender Pack.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Aviation Consultancy

II.2.2) Additional CPV code(s)

66514120

II.2.3) Place of performance

NUTS code:

UKL

UK

II.2.4) Description of the procurement

The Council are seeking to appoint to the framework Aviation Consultancy Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

Further details on the services required are detailed in the Invitation to Tender Pack.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Geotechnical Consultancy

II.2.2) Additional CPV code(s)

71332000

II.2.3) Place of performance

NUTS code:

UKL

UK

II.2.4) Description of the procurement

The Council are seeking to appoint to the framework Geotechnical Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

Further details on the services required are detailed in the Invitation to Tender Pack.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Archaeological/Cultural Heritage Consultancy

II.2.2) Additional CPV code(s)

71351914

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The Council are seeking to appoint to the framework Archaeological and Cultural Heritage Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

Further details on the services required are detailed in the Invitation to Tender Pack.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

Master Planning/ Urban Design

II.2.2) Additional CPV code(s)

71410000

II.2.3) Place of performance

NUTS code:

UKL

UK

II.2.4) Description of the procurement

The Council are seeking to appoint to the framework Master Planning / Urban Design Consultants Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

Further details on the services required are detailed in the Invitation to Tender Pack.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years).

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 11

II.2.1) Title

Neutral Vendor Managed Service

II.2.2) Additional CPV code(s)

79418000

79100000

79414000

79410000

79993100

71530000

66122000

79212000

79342000

72222300

80000000

71314000

80400000

75110000

II.2.3) Place of performance

NUTS code:

UK

UKL

II.2.4) Description of the procurement

The Council is looking to appoint a framework for a Neutral Vendor Managed Service (NVMS) for the delivery of Specialist Professional Services.

The Council wish to have a multi-supplier lot with a maximum of 4 neutral vendors appointed to the Framework. The Managed Service Provider(s) will support Contracting Authorities requirements for consultancy projects and professionals and the management of the Supply Chain delivering the requirements.

The main focus of services required will link back to construction including Marketing, Systems, Finance, Procurement, Social Value, FM consultancy, however, the range of services is extensive to this Framework. The Managed Service Provider(s) will be required to deliver all services through their supply chain of consultants/professionals outlined below. This is not an exhaustive and may change depending on requirements by each contracting authority:

Construction Consultancy Services

Corporate, Policy, Audit and Finance

Procurement

Social Value

Marketing, Media & Communications

ICT, Transformation and Change

Education, Learning and Curriculum

Energy Consultancy

Adult Care Services

Children’s Services

Commercialisation & Public Services

Organisational Change and Transformation Management

Facilities Management

Housing & Communities

Business Strategies

HR

Law

Further details on the services required are detailed in the Invitation to Tender Pack.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

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 information can be obtained in the tender documents.

(WA Ref:104852)

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Justification for any framework agreement duration exceeding 4 years: Please refer to VI.3) Additional Information section for full justifcation on the framework agreement exceeding 4 years.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 049-117488

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/12/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 22/12/2020

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Whilst not guaranteed, it is likely that the Authority (or another public body) will re-procure for a similar replacement framework to become effective at the expiry of this Framework Agreement. It is likely that such procurement will take place between late-2024 to late-2026.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Council wish to make the Framework provision available for use to all contracting authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015)including but not limited to:

Central Government Departments and their Arm's Length Bodies and Agencies, Non-Departmental Public Bodies, NHS Bodies and Local Authorities, including any successor to any of them in the exercise of their statutory or public functionss. Full details and list of Contracting Authorities can be obtained within the tender pack.

To access this opportunity and the relevant technical documents please use the following link to and the below title and reference to search for this opportunity.

Procurement Title: South East Wales Technical and Professional Services (SEWTAPS) Framework

Procurement Reference: ERFX1006982

Link to access tender documents: https://supplierlive.proactisp2p.com/Account/Login

Justification for any framework agreement duration exceeding 4 years: This Framework Agreement will run for 4 years with the option to extend for 1 + 1 years (not exceeding 6 years in total). Under Regulation 33(3) of the Public Contract Regulations 2015, this is justified by the subject matter of the Framework Agreement for the following reasons. The Authority is seeking a long-term, collaborative partnering relationship with framework contractors which will deliver innovation, efficiency and continuous improvement. Due to the length of time it takes for construction projects to come to fruition, four years is unlikely to be sufficient to realise the benefits sought, collate data on performance and use it to improve partnering behaviours, and to justify the resources to be invested by the Authority and the framework contractors in building and managing the relationship.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=104852.

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 information can be obtained in the tender documents.

(WA Ref:104852)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

20/11/2020

Coding

Commodity categories

ID Title Parent category
80400000 Adult and other education services Education and training services
71351914 Archaeological services Geological, geophysical and other scientific prospecting services
79212000 Auditing services Accounting and auditing services
71315210 Building services consultancy services Building services
79410000 Business and management consultancy services Business and management consultancy and related services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71530000 Construction consultancy services Construction-related services
71521000 Construction-site supervision services Construction supervision services
66122000 Corporate finance and venture capital services Investment banking services and related services
80000000 Education and training services Education
71314000 Energy and related services Consultative engineering and construction services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
79993100 Facilities management services Building and facilities management services
75110000 General public services Administration services
71332000 Geotechnical engineering services Miscellaneous engineering services
90733700 Groundwater pollution monitoring or control services Services related to water pollution
71311220 Highways engineering services Civil engineering consultancy services
79414000 Human resources management consultancy services Business and management consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security
66514120 Marine, aviation and other transport insurance services Freight insurance and Insurance services relating to transport
79342000 Marketing services Advertising and marketing services
79418000 Procurement consultancy services Business and management consultancy services
71311200 Transport systems consultancy services Civil engineering consultancy services
71410000 Urban planning services Urban planning and landscape architectural services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
23 November 2020
Deadline date:
22 December 2020 00:00
Notice type:
02 Contract Notice
Authority name:
Cardiff Council
Publication date:
15 April 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Cardiff Council

About the buyer

Main contact:
ConsultancyFramework@cardiff.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.