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.

03 Contract Award Notice - Successful Supplier(s)

Framework Agreement for asset management consultancy services

  • First published: 03 April 2019
  • Last modified: 03 April 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-085482
Published by:
Cartrefi Conwy
Authority ID:
AA22548
Publication date:
03 April 2019
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 CPV: 71200000, 71200000, 71500000, 71600000, 71530000, 71540000, 71315300, 71324000, 71314300, 50531200, 79418000, 72224000, 71241000, 66171000, 70311000, 66600000, 71312000, 71220000.

Full notice text

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

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
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.