The procurement documents are available for unrestricted and full direct access, free of charge at:
  II.1.1) Title
South East Wales Technical and Professional Services
            Reference number: CCC-PS-0001-20
  II.1.2) Main CPV code
  71530000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Cardiff Council wish to establish and host a Framework Agreement for the provision of Technical and Professional Services to UK Public Sector Clients (the "Potential Customers"). The key objective of this procurement process is to secure a high quality Technical and Professional Services that offers Potential Customers value for money and added value in the services being provided.
  The Framework will consist of a number of Construction Consultancy disciplines (lots 1 – 10), as well as a Neutral Vendor Managed service provision (lot 11). The requirements have been split into a total of 11 separate lots to appoint suitably qualified and experienced suppliers across the following range of distinct disciplines:
  1.	Multi-discipline
  2.	Civil and Highway Engineering Consultants
  3.	Transportation Consultants
  4.	Ground and Water Consultancy
  5.	Estates and Residential Development Professional Services
  6.	Site Supervision
  7.	Aviation Consultants
  8.	Geotechnical Consultants
  9.	Archaeological/Cultural Heritage Consultancy
  10.	Master Planning/ Urban Design
  11.	Neutral Vendor Managed Service
  The list of Organisations that are eligible to utilise the Framework Agreement can be located witan the Invitation to Tender Pack.
  II.1.5) Estimated total value
  Value excluding VAT: 
			300 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
 
  
          Lot No: 1
  
    II.2.1) Title
    Multi-Disciplinary
    II.2.2) Additional CPV code(s)
    71530000
    II.2.3) Place of performance
    NUTS code:
    UKL
    UK
    II.2.4) Description of the procurement
    The Council are seeking to appoint to the framework Multi-Discipline Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
    This service will provide an All-In option to be used where a lead consultant or project manager is required to take responsibility for and manage the contracts for all required services on a particular commission.
    Further details on the services required are detailed in the Invitation to Tender Pack.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)
    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
            
   
  
          Lot No: 2
  
    II.2.1) Title
    Civil and Highway Engineering Consultants
    II.2.2) Additional CPV code(s)
    71311000
    71311220
    II.2.3) Place of performance
    NUTS code:
    UKL
    UK
    II.2.4) Description of the procurement
    The Council are seeking to appoint to the framework Civil and Highway Engineering Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
    The Practices appointed to this lot must be able to provide the following disciplines;
    A.	Civil Engineering Consultancy
    B.	Highway Engineering Consultancy
    Further details on the services required are detailed in the Invitation to Tender Pack.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)
    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
            
   
  
          Lot No: 3
  
    II.2.1) Title
    Transportation Consultancy
    II.2.2) Additional CPV code(s)
    71311200
    II.2.3) Place of performance
    NUTS code:
    UKL
    UK
    II.2.4) Description of the procurement
    The Council are seeking to appoint to the framework Transportation Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
    Further details on the services required are detailed in the Invitation to Tender Pack.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)
    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
            
   
  
          Lot No: 4
  
    II.2.1) Title
    Ground and Water Consultancy
    II.2.2) Additional CPV code(s)
    71313000
    90733700
    II.2.3) Place of performance
    NUTS code:
    UKL
    UK
    II.2.4) Description of the procurement
    The Council are seeking to appoint to the framework Ground and Water Consultancy Practices able to provide a suitable, professionally qualified resource to undertake potential commissions
    The Practices appoint to this lot must be able to provide the following disciplines;
    A.	Ground and Water Contamination Consultancy
    B.	Flood Risk Mapping, Modelling and Analysis Consultancy
    C.	Water Management Consultancy
    Further details on the services required are detailed in the Invitation to Tender Pack.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)
    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
            
   
  
          Lot No: 5
  
    II.2.1) Title
    Estates and Residential Development Professional Services
    II.2.2) Additional CPV code(s)
    71315210
    II.2.3) Place of performance
    NUTS code:
    UKL
    UK
    II.2.4) Description of the procurement
    The Council are seeking to appoint to the Framework Estates and Residential Professional Services Consultancies to provide a suitable, professionally qualified resource to undertake potential commissions.
    Further details on the services required are detailed in the Invitation to Tender Pack.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)
    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
            
   
  
          Lot No: 6
  
    II.2.1) Title
    Site Supervision
    II.2.2) Additional CPV code(s)
    71521000
    II.2.3) Place of performance
    NUTS code:
    UKL
    UK
    II.2.4) Description of the procurement
    The Council are seeking to appoint to the framework Site Supervision Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
    Further details on the services required are detailed in the Invitation to Tender Pack.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)
    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
            
   
  
          Lot No: 7
  
    II.2.1) Title
    Aviation Consultancy
    II.2.2) Additional CPV code(s)
    66514120
    II.2.3) Place of performance
    NUTS code:
    UKL
    UK
    II.2.4) Description of the procurement
    The Council are seeking to appoint to the framework Aviation Consultancy Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
    Further details on the services required are detailed in the Invitation to Tender Pack.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)
    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
            
   
  
          Lot No: 8
  
    II.2.1) Title
    Geotechnical Consultancy
    II.2.2) Additional CPV code(s)
    71332000
    II.2.3) Place of performance
    NUTS code:
    UKL
    UK
    II.2.4) Description of the procurement
    The Council are seeking to appoint to the framework Geotechnical Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
    Further details on the services required are detailed in the Invitation to Tender Pack.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)
    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
            
   
  
          Lot No: 9
  
    II.2.1) Title
    Archaeological/Cultural Heritage Consultancy
    II.2.2) Additional CPV code(s)
    71351914
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    The Council are seeking to appoint to the framework Archaeological and Cultural Heritage Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
    Further details on the services required are detailed in the Invitation to Tender Pack.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)
    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
            
   
  
          Lot No: 10
  
    II.2.1) Title
    Master Planning/ Urban Design
    II.2.2) Additional CPV code(s)
    71410000
    II.2.3) Place of performance
    NUTS code:
    UKL
    UK
    II.2.4) Description of the procurement
    The Council are seeking to appoint to the framework Master Planning / Urban Design Consultants Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.
    Further details on the services required are detailed in the Invitation to Tender Pack.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years).
    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
            
   
  
          Lot No: 11
  
    II.2.1) Title
    Neutral Vendor Managed Service
    II.2.2) Additional CPV code(s)
    79418000
    79100000
    79414000
    79410000
    79993100
    71530000
    66122000
    79212000
    79342000
    72222300
    80000000
    71314000
    80400000
    75110000
    II.2.3) Place of performance
    NUTS code:
    UK
    UKL
    II.2.4) Description of the procurement
    The Council is looking to appoint a framework for a Neutral Vendor Managed Service (NVMS) for the delivery of Specialist Professional Services.
    The Council wish to have a multi-supplier lot with a maximum of 4 neutral vendors appointed to the Framework. The Managed Service Provider(s) will support Contracting Authorities requirements for consultancy projects and professionals and the management of the Supply Chain delivering the requirements.
    The main focus of services required will link back to construction including Marketing, Systems, Finance, Procurement, Social Value, FM consultancy, however, the range of services is extensive to this Framework. The Managed Service Provider(s) will be required to deliver all services through their supply chain of consultants/professionals outlined below. This is not an exhaustive and may change depending on requirements by each contracting authority:
    Construction Consultancy Services
    Corporate, Policy, Audit and Finance
    Procurement
    Social Value
    Marketing, Media & Communications
    ICT, Transformation and Change
    Education, Learning and Curriculum
    Energy Consultancy
    Adult Care Services
    Children’s Services
    Commercialisation & Public Services
    Organisational Change and Transformation Management
    Facilities Management
    Housing & Communities
    Business Strategies
    HR
    Law
    Further details on the services required are detailed in the Invitation to Tender Pack.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 72
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    4 years with the option to extend for further 2 periods of 1 years each (a total of up to 2 years)
    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
            
   
 
Whilst not guaranteed, it is likely that the Authority (or another public body) will re-procure for a similar replacement framework to become effective at the expiry of this Framework Agreement. It is likely that such procurement will take place between late-2024 to late-2026.
The Council wish to make the Framework provision available for use to all contracting authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015)including but not limited to:
Central Government Departments and their Arm's Length Bodies and Agencies, Non-Departmental Public Bodies, NHS Bodies and Local Authorities, including any successor to any of them in the exercise of their statutory or public functionss. Full details and list of Contracting Authorities can be obtained within the tender pack.
To access this opportunity and the relevant technical documents please use the following link to and the below title and reference to search for this opportunity.
Procurement Title: South East Wales Technical and Professional Services (SEWTAPS) Framework
Link to access tender documents: https://supplierlive.proactisp2p.com/Account/Login
Justification for any framework agreement duration exceeding 4 years: This Framework Agreement will run for 4 years with the option to extend for 1 + 1 years (not exceeding 6 years in total). Under Regulation 33(3) of the Public Contract Regulations 2015, this is justified by the subject matter of the Framework Agreement for the following reasons. The Authority is seeking a long-term, collaborative partnering relationship with framework contractors which will deliver innovation, efficiency and continuous improvement. Due to the length of time it takes for construction projects to come to fruition, four years is unlikely to be sufficient to realise the benefits sought, collate data on performance and use it to improve partnering behaviours, and to justify the resources to be invested by the Authority and the framework contractors in building and managing the relationship.
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=104852.
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 information can be obtained in the tender documents.
The buyer considers that this contract is suitable for consortia.