CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Cardiff University |
Procurement Services, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Julie Paynter |
+44 2920879648 |
Buyline@cardiff.ac.uk |
|
www.cardiff.ac.uk/purch/
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0258
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Yes Cardiff & Vale University Health Board
University of South Wales
Swansea University
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityCommissioning Consultants Framework |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract12 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Cardiff
UKL |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged2 |
|
Duration of the framework agreement4 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement30000004000000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The establishment of a framework of pre-qualified and suitably experienced Commissioning Consultant Services (the “Framework”), which will enable participating authorities to call off services on an 'as required' basis in relation to University and other building projects.
The Framework will cover the management of the commissioning process from initial design review through to completion and seasonal proving. This will include producing the commissioning programme, chairing commissioning meetings, witnessing of systems and a full audit trail of the commissioning of all major mechanical and electrical systems. This Framework will run in tandem with a separate framework currently being procured for Professional Services Consultants and will cover all value bands from GBP1.5M - GBP15M.
Continuous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The call off method for the Framework will be by way of direct award.
Cardiff University as an employer, is committed to paying all employees not less than the living wage, as set out by the Living Wage Foundation.
To obtain the tender documents, suppliers are required to register on the following website:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
express an interest in the tender and download the ITT documents.
Suppliers must not request tender documents from the contracting authority as they are readily available from the above web portal.
Responses to the ITT and any clarification questions must be submitted via the above web portal.
The contracting authority does not guarantee that any specific volume and/or value of services will be called off under the Framework.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=31070.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71541000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe establishment of a framework of pre-qualified and suitably experienced Commissioning Consultant Services (the “Framework”), which will enable participating authorities to call off services on an 'as required' basis in relation to University and other building projects.
The Framework will cover the management of the commissioning process from initial design review through to completion and seasonal proving. This will include producing the commissioning programme, chairing commissioning meetings, witnessing of systems and a full audit trail of the commissioning of all major mechanical and electrical systems. This Framework will run in tandem with a separate framework currently being procured for Professional Services Consultants and will cover all value bands from GBP1.5M - GBP15M.
Continuous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The call off method for the Framework will be by way of direct award.
One (1) supplier will be selected by the University to be engaged on the Framework as Primary Framework Consultants ("Primary Framework Consultants"). Primary Framework Consultants will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.
One (1) Reserve Framework Consultant will also be selected by the University to be engaged on the Framework ("Reserve Framework Consultants"). Reserve Framework Consultants will not be eligible to be considered for the award of call off contracts pursuant to the Framework unless the circumstances below apply.
The University shall appoint the Primary Framework Consultants and the Reserve Framework Consultants based on their ranking following evaluation of their tenders for the Framework. The highest ranked supplier will be appointed as the Primary Framework Consultant and the next highest ranked supplier will be appointed as the Reserve Framework Consultants.
In the event that the Framework with the Primary Framework Consultants is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultants to become the Primary Framework Consultants whereupon the Reserve Consultants will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework. The ranking of the Reserve Framework Consultants as the new Primary Framework Consultants shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultants shall not assume the ranking/position of the deposed Primary Framework Consultants).
The contracting authority does not guarantee that any specific volume and/or value of services will be called off under the Framework. |
|
|
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The contracting authority reserves the right to request a parent company and/or other guarantees of financial liability.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
As set out in the Invitation to Tender (ITT) documents.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
None specified, save that in the case of a particular partnership or consortium or other group of more than one legal entity bidding together, the Framework will be with either (i)all suppliers on the basis of joint and several liability, or (ii) with one or more of the parties acting as 'prime contractor' (and where more than one, on a joint and several liability basis). Where the Framework is with a special purpose company with separate legal personality established for the project, the contracting authority will require sufficient guarantees to be given by participants in the that company or their parents.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
As set out in the Invitation to Tender (ITT) documents.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
As stated in the ITT
|
III.2.2)
|
Economic and financial capacity
(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Further details contained in the ITT.
Commissioning Consultants - Minimum annual turnover requirement GBP 500000.
|
III.2.3)
|
Technical capacity
As stated in the ITT
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
CU217/JP0715
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 08-09-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
To obtain the ITT documents suppliers are required to register on the following website:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
express an interest in the tender and download the tender documents.
Suppliers should not request the ITT documents from the contracting authority as they are readily available on the above web portal.
The ITT documents contain, inter alia, a Strategic Brief which provide additional information in relation to the Framework/Services being procured.
All tender costs and liabilities incurred by suppliers shall be the sole responsibility of suppliers.
The contracting authority reserves the right to establish the Framework in whole or in part.
The contracting authority reserves the right to annul the tendering process and not establish the Framework.
All documents to be priced in GBP and all payments to be made in GBP.
In relation to section 11.1.9 - variants will be accepted to the extent permitted in the tender documents (if at all).
Suppliers should note that they will be required to enter into the terms and conditions of contract as set out in the ITT and save for matters of clarification or consistency the contracting authority will not negotiate the terms.
(WA Ref:31070)
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 details are provided in the ITT.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 03-08-2015 |