Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Cartrefi Conwy Cyfyngedig Ltd
L148
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.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) sought 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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
80 000 000.00
GBP
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 sought 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 bespoke forms of consultancy appointment for use on individual call-offs.
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
Quality criterion: Quality
/ Weighting: 70
Quality criterion: Cost
/ Weighting: 30
Price
/ Weighting:
30%
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 199-451313
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/02/2019
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Savills (UK) Ltd
02605138
33 Margaret Street
London
W1G 0JD
UK
Telephone: +44 2070163826
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 80 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
(WA Ref:91036)
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 has observed a standstill period following the award of the contract and will conduct itself 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
01/04/2019