CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Cardiff University |
Purchasing Section, 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 authorityBuilding Consultants Framework Agreement |
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
UKL22 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged20 |
|
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 agreement600000014000000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The aim of this project is to establish a framework (the Framework) of pre-qualified and suitably experienced Professional Services Consultants (Consultants), which will enable participating authorities to call off services on an 'as required' basis in relation to University and other building projects. The contracts allocated under the Professional Services Consultant Framework agreement may include refurbishment and/or new build, and may involve single site projects, or groups of sites. The Framework will consist of seven (7)seperate lots, and a range of Consultants and abilities to reflect the anticipated scope of projects. Continuous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The participating authorities are committed to contributing to the social and economic and environmental well being of the wider community. Accordingly the successful Consultants will be required to consider community benefits; specific requirements will be detailed within the tender documents which will also state whether the requirements are core or non-core. Two methods may be used by the participating authorities to call off/award contracts under the Framework: (i) mini competition and (ii) direct award. Call off arrangements will vary according to the applicable Lot as follows:
Lot 1 - Building Surveyors - Mini Competition
Lot 2 - Architects - Mini Competition
Lot 3 - Project Managers - Direct award or mini competition
Lot 4 - M&E Service Engineers - Direct award or mini competition
Lot 5 - Civil and Structural Engineers - Direct award or mini competition
Lot 6 - Quantity Surveyors - Direct award or mini competition
Lot 7 - Commissioning Consultants - Direct Award (single organisation award for lot 7)
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.
Further information is set out in the pre-qualification questionnaire (PQQ) documents, see section V.I.3 for details.
To obtain PQQ 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 PQQ documents.
Suppliers should note that PQQ documents will be made available to download from midday on Monday 2nd March 15.
Suppliers must not request PQQ documents from the contracting authority as they are readily available from the above web portal.
Reponses to the PQQ and any clarification questions must be submitted via the above web portal.
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=22490.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71221000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe contracts called off under the Professional Services Consultant Framework agreement may include refurbishment and/or new build, and may involve single site projects, or groups of sites. The Framework will be divided into seven (7) separate lots, to achieve a range of consultants to reflect the anticipated range of projects. Continuous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The participating authorities are committed to contributing to the social and economic and environmental well being of the wider community. Accordingly the successful Consultants will be required to consider community benefits; specific requirements will be detailed within the tender documents which will also state whether the requirements are core or non-core. Two methods may be used by the participating authorities to call off/award contracts under the Framework (i) mini competition and (ii) direct award. Call off arrangements will vary according to the applicable Lot as follows:
Lot 1 - Building Surveyors - Mini Competition
Lot 2 - Architects - Mini Competition
Lot 3 - Project Managers - Direct award or mini competition
Lot 4 - M&E Service Engineers - Direct award or mini competition
Lot 5 - Civil and Structural Engineers - Direct award or mini competition
Lot 6 - Quantity Surveyors - Direct award or mini competition
Lot 7 - Commissioning Consultants - Direct Award (single organisation award for lot 7)
The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.
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. |
|
|
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 seperate legal personaility established for the project, the contracting authority will require sufficient guarantees to be given by participants in 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 PQQ document.
Any economic operator may be excluded from participation if it fulfils any of the criteria listed in Regulation 23 of the Public Contracts Regulations 2006 (as amended)/Article 45 EU Directive 2004/18/EC.
|
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 are contained in the PQQ
Lot 1 - Building Surveyors, Minimum annual turnover requirement GBP 1.5M (aggregate turnover of the Individual organisations where a consortium)
Lot 2 - Architects, Minimum annual turnover requirement GBP 0.5M
Lot 3 - Project Managers, Minimum annual turnover requirement GBP 0.5M
Lot 4 - M&E Services Engineers, Minimum annual turnover requirement GBP 0.5M
Lot 5 - Civil & Structural Engineers, Minimum annual turnover requirement GBP 0.5M
Lot 6 - Quantity Surveyors, Minimum annual turnover requirement GBP 0.5M
Lot 7 - Commissioning Consultants, Minimum annual turnover requirement GBP 0.5M
|
III.2.3)
|
Technical capacity
As stated in the PQQ
As stated in the PQQ
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
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 participate53 |
|
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
CU212/JP0215
|
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 02-04-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 01-07-2015
|
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
Suppliers should note that the PQQ documents will be made available to download from midday on Monday 2 March 2015.
To obtain PQQ 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 PQQ documents.
Suppliers should not request the PQQ documents from the contracting authority as they are readily available on the above web portal.
The PQQ documents contain, inter alia, a Strategic Brief which provides 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 reseves the right to establish the Framework/each Lot in whole or in part.
The contracting authority reseves the right to evaluate each Lot as a seperate contract.
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 payment made in GBP.
In relation to section II.1.9 - variants will be accepted to extent permitted in the tender documents (if at all).
Suppliers should note thay they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the contracting authority will not negotiate the terms.
(WA Ref:22490)
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 will be 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
Cardiff University will incorporate a standstill period at the point information on the award of the Framework is communicated to suppliers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful suppliers to clarify or query the award decision before the framework is entered into
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 25-02-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Cardiff University |
Purchasing Section, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Julie Paynter |
+44 2920879648 |
Buyline@cardiff.ac.uk |
|
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Cardiff University |
Purchasing Section, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Julie Paynter |
+44 2920879648 |
|
|
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Cardiff University |
Purchasing Section, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Julie Paynter |
+44 2920879648 |
|
|
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home |
|
|
ANNEX B
Information About Lots
|
1
Building Surveying services |
1)
|
Short Description
Building Surveyors (Multi-disciplinary designers, plus project management and quantity surveyor services)
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71315300 |
|
|
|
|
|
3)
|
Quantity or scope
Building Surveyors - Value Band up to GBP 1.5M (construction value, excluding VAT), minimum annual turnover requirements GBP 1.5M (aggregate where a consortium). Further details are contained in the PQQ and Strategic brief.
Three (3) suppliers 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.
Two (2) Reserve Framework Consultants 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 Three (3) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultant.
In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant 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 Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).
The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
Architects |
1)
|
Short Description
Architects services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71200000 |
|
|
|
|
|
3)
|
Quantity or scope
Architect Services - Value Band GBP 1.5M - GBP 15M Construction value (excluding VAT). Minimum annual turnover requirement - GBP 0.5M Further details are contained in the PQQ and Strategic Brief.
Four (4) suppliers 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.
Two (2) Reserve Framework Consultants 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 Four (4) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultants.
In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant 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 Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).
The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
3
Project Managers |
1)
|
Short Description
Project Managers
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
72224000 |
|
|
|
|
|
3)
|
Quantity or scope
Project Managers - Value Band GBP 1.5M - GBP 15M Construction value (excluding VAT), minimum annual turnover requirement - GBP 0.5M. Further details are contained in the PQQ and Strategic Brief.
Three (3) suppliers 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.
Two (2) Reserve Framework Consultants 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 Three (3) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultants.
In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant 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 Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).
The contracting Authority does not guarantee that any specific volume or value of services will be called off under the Framework.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
4
M&E Services Engineers |
1)
|
Short Description
M&E Services Engineers
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71334000 |
|
|
|
|
|
3)
|
Quantity or scope
M& E Services Engineers - Value Band GBP 1.5M to GBP 15M Construction Value (Excluding VAT), Minimum turnover requirements GBP 0.5M, further details are contained in the PQQ and Strategic Brief.
Three (3) suppliers 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.
Two (2) Reserve Framework Consultants 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 this 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 this framework. The highest Three (3) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultants.
In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant 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 Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).
The contracting authority does not guarantee that any specific volume or vlaue of services will be called off under the Framework.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
5
Civil & Structural Engineers |
1)
|
Short Description
Civil & Structural Engineers
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71311000 |
|
|
|
|
|
3)
|
Quantity or scope
Civil & Structural Engineers - Value Band - GBP 1.5M - GBP 15M Construction value (Excluding VAT). Minimum annual turnover requirements GBP 0.5M. Further details are contained in the PQQ and Strategic Brief.
Three (3) suppliers 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.
Two (2) Reserve Framework Consultants 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 this framework. The highest Three (3) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultants.
In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant 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 Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).
The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
6
Quantity Surveyors |
1)
|
Short Description
Quantity Surveyors
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71324000 |
|
|
|
|
|
3)
|
Quantity or scope
Quantity Surveyors - Value Band - GBP 1.5M - GBP 15M Construction value (excluding VAT). Minimum annual turnover requirement GBP 0.5M. Further details are contained within the PQQ and Strategic Brief.
Three (3) suppliers 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.
Two (2) Reserve Framework Consultants will also be selected by the University to be engaged on this 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 Three (3) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultants.
In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant 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 Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).
The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
7
Commissioning Consultants |
1)
|
Short Description
Commissioning Consultants
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71541000 |
|
|
|
|
|
3)
|
Quantity or scope
Commissioning Consultants - Management of the commissioning process from inital 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. - Value Band - All project values. Minimum annual turnover requirements GBP 0.5M. Further details are contained within the PQQ and Strategic brief.
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 Consultant based on their ranking following evaluation of their tenders for the Framework. The highest ranked supplier (1) will be appointed as the Primary Framework Consultant and the next (1) highest ranked supplier will be appointed as the Reserve Framework Consultant.
In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant 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 Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).
The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|