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

Framework Agreement for asset management consultancy services

  • First published: 15 October 2018
  • Last modified: 15 October 2018

Contents

Summary

OCID:
ocds-kuma6s-085482
Published by:
Cartrefi Conwy
Authority ID:
AA22548
Publication date:
15 October 2018
Deadline date:
19 November 2018
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Cartrefi Conwy Cyfyngedig Limited (the Authority) is seeking to appoint a single provider of asset management consultancy services to deliver support to the Authority over a 4 year period via framework agreement as and when required by the Authority to support its programme of asset management works. The framework agreement will be made available to other contracting authorities in the UK, as set out further below in Section II.2.4 CPV: 71200000, 71200000, 71500000, 71600000, 71530000, 71540000, 71315300, 71324000, 71314300, 50531200, 79418000, 72224000, 71241000, 66171000, 70311000, 66600000, 71312000, 71220000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cartrefi Conwy Cyfyngedig Ltd

Morfa Gale, North Wales Business Park, Cae Eithin

Abergele, Conwy

LL22 8LJ

UK

Contact person: Adrian Johnson

Telephone: +44 1492805541

E-mail: Adrian.Johnson@cartreficonwy.org

NUTS: UKL1

Internet address(es)

Main address: www.cartreficonwy.org

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA22548

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://www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sell2wales.gov.wales


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.sell2wales.gov.wales


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement for asset management consultancy services

Reference number: CC-AMCS

II.1.2) Main CPV code

71200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Cartrefi Conwy Cyfyngedig Limited (the Authority) is seeking to appoint a single provider of asset management consultancy services to deliver support to the Authority over a 4 year period via framework agreement as and when required by the Authority to support its programme of asset management works. The framework agreement will be made available to other contracting authorities in the UK, as set out further below in Section II.2.4

II.1.5) Estimated total value

Value excluding VAT: 80 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71200000

71500000

71600000

71530000

71540000

71315300

71324000

71314300

50531200

79418000

72224000

71241000

66171000

70311000

66600000

71312000

71220000

II.2.3) Place of performance

NUTS code:

UKL1


Main site or place of performance:

UKL1

II.2.4) Description of the procurement

The Authority is seeking to appoint a single suitable and properly qualified service provider experienced in delivering services similar to the services being let under this framework agreement under a form of framework agreement with a 4 year term with call-off consultancy appointments to provide various asset management services. The form of framework agreement is the ACA Framework Alliance Contract with bespoke amendments and the consultancy appointments are bespoke appointments. [The framework agreement also allows for bespoke forms of appointment to be used.]

Call-off appointments will be made by direct selection. The Authority (or any contracting authority appointing under the framework agreement) may consult the service provider in writing, requesting it to supplement its tender as necessary, as provided for by Regulation 33(7)(b) of the Public Contracts Regulations 2015. The term of any call-off appointment may extend beyond the term of the framework agreement.

The categories of services which may be called off under the framework agreement are as follows:

- Property Performance Asset Services

- Client Support Services

- Procurement And Project Management Services

- Development Services

- Financial Services

- Multi-Disciplinary Professional Services

The services are more fully set out in the procurement documents, which are available at the address listed above.

The Authority is letting this framework agreement for itself and on behalf of other social landlords operating within the UK (for a full list, see: www.homesandcommunities.co.uk, https://gov.wales/topics/housing-andregeneration/publications/registered-social-landlords-in-wales/?lang=en and https://www.gov.uk/government/ publications/current-registered-providers-of-social-housing), including Local Authorities within the UK (for a full list see: https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/ social-media/go-further/a-z-councils-online) and ALMOs within the UK (for a full list see: www.almos.org.uk/ member_list). Joint ventures comprising any of the above potential clients (or the Authority) and subsidiary companies of the above potential clients (and those of the Authority) may also utilise the framework agreement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80%

Quality criterion: Cost / Weighting: 20%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 80 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

Appointment to the framework agreement is no guarantee of work or of any minimum amount of work pursuant to that framework agreement

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

List and brief description of conditions:

As set out in the procurement documents.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The selection criteria are stated in the procurement documents. The financial standing criterion will require Tenderers to prove their annual turnover is no less than 40,000,000 per GBP annum.


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Execution of the services is reserved to a particular profession referenced to the relevant law, regulation or administrative provision. Some of the services can only be carried out by providers with the relevant qualifications.

This is a legislative requirement in the United Kingdom. Please see the procurement documents for further information.

Qualifications equivalent to those states will be considered wherever this is allowed under law.

III.2.2) Contract performance conditions

The Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at its sole discretion. The Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Authority shall be incurred entirely at that applicant's/tenderer's risk.

The Authority anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfer of Undertakings (Protection of Employment) Regulations 2006, might apply to the transfer of personnel from the incumbent contractor(s) / the Authority under this procurement. The Authority's detailed requirements will be set out in the framework agreement.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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 a single operator.

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 19/11/2018

Local time: 17:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 20/11/2018

Local time: 12:00

Information about authorised persons and opening procedure:

In accordance with the Authority's standing orders and good procurement practice

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Authority is adopting a two-envelope approach to this procurement. Tenderers will be required to pass certain suitability thresholds in order for their Tender to be reviewed further. Submissions for the suitability questions and the Tender will be submitted to separate folders on the Portal and Tenders will not be opened for any Tenderer which is unsuccessful in satisfying the suitability criteria.

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=85482.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:85482)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice

London

WC1A 2LL

UK

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice

London

WC1A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

11/10/2018

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71315300 Building surveying services Building services
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71500000 Construction-related services Architectural, construction, engineering and inspection services
71314300 Energy-efficiency consultancy services Energy and related services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
50531200 Gas appliance maintenance services Repair and maintenance services for non-electrical machinery
79418000 Procurement consultancy services Business and management consultancy services
72224000 Project management consultancy services Systems and technical consultancy services
71324000 Quantity surveying services Engineering design services
70311000 Residential building rental or sale services Building rental or sale services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
66600000 Treasury services Financial and insurance 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:
15 October 2018
Deadline date:
19 November 2018 00:00
Notice type:
02 Contract Notice
Authority name:
Cartrefi Conwy
Publication date:
03 April 2019
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Cartrefi Conwy

About the buyer

Main contact:
Adrian.Johnson@cartreficonwy.org
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
15/10/2018 12:16
CPV Code update
71000000 [Main CPV code] Architectural, construction, engineering and inspection services

Additional CPV Codes to add below:

71312000
Structural engineering consultancy services

71313400
Environmental impact assessment for construction


71410000
Urban planning services
29/10/2018 10:06
ADDED FILE: Correction to the Inviation To Tender as of 29.10.2018
Correction to Invitation to Tender (24.10.18)_THL_134189102_1 Final
29/10/2018 10:09
Correction to the Inviation To Tender as of 24.10.2018 Annex 3 Evaluation Methodology
Tender Action Point Quality Criteria Description Section Marks Available Weighting Total Weighted Marks
Non-Collusion and Confidentiality Undertakings Tenderers are required to complete and sign:
a) the Certificate of Non-Collusion at Annex 8; and
b) the Confidentiality Undertaking at Annex 9
and return these with their Tender response 0 N/A Pass/Fail

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

doc
xlsx
xlsx162.36 KB
This file may not be accessible.
xlsx
docx

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.