Framework Agreement for Asset Management Consultancy Services (Великобритания (Англия, Шотландия, Уэльс) - Тендер #40989921) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: Cartrefi Conwy Cyfyngedig Номер конкурса: 40989921 Дата публикации: 21-04-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
| Title: | Framework Agreement for Asset Management Consultancy Services |
| OCID: | ocds-kuma6s-130940 |
| Published by: | Cartrefi Conwy Cyfyngedig |
| Authority ID: | AA1206 |
| Publication Date: | 21/04/2023 |
| Deadline Date: | 26/05/2023 |
| Deadline Time: | 12:00 |
| Notice Type: | 02 Contract Notice |
| Has Documents: | Yes |
| Has SPD: | No |
| Abstract: |
Cartrefi Conwy Cyfyngedig Limited (the Authority) is seeking 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. |
Cartrefi Conwy Cyfyngedig
Morfa Gele - Cae Eithin, North Wales Business Park
Abergele
LL22 8LJ
UK
Contact person: Adrian Johnson
Telephone: +44 3001240040
E-mail: Adrian.Johnson@cartreficonwy.org
NUTS: UK
Internet address(es)
Main address: http://www.cartreficonwy.org
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1206
The contract is awarded by a central purchasing body
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sell2wales.gov.wales/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales/
Body governed by public law
Housing and community amenities
Framework Agreement for Asset Management Consultancy Services
Reference number: CC/AMC/001
II.1.2) Main CPV code71200000
II.1.3) Type of contractServices
II.1.4) Short descriptionCartrefi Conwy Cyfyngedig Limited (the Authority) is seeking 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.1.5) Estimated total valueValue excluding VAT: 40 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
71200000
71500000
71600000
71530000
71540000
71315300
71324000
71314300
50531200
79418000
72224000
71241000
66171000
70311000
66600000
71312000
71220000
II.2.3) Place of performanceNUTS code:
UKL1
Main site or place of performance:
UKL1
II.2.4) Description of the procurementThe Authority is seeking 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 the consultancy appointments are bespoke appointments [The Framework Agreement also allows for bespoke forms of appointment to be used].
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 Framework Agreement will be used by the Authority and all subsidiaries, both current and future. The Authority will also make this Agreement accessible by other Contracting Authorities, primarily Registered Social Landlords and Councils, that can be identified in the following listings:
https://gov.wales/registered-social-landlords
https://gov.wales/find-your-local-authority
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
https://www.gov.uk/find-local-council
https://www.housingregulator.gov.scot/landlord-performance/landlords
https://www.cosla.gov.uk/councils
The Authority is undertaking the procurement as a Central Purchasing Body, for the benefit of other Contracting Authorities who subsequently elect to join the Framework, as detailed in the Framework Agreement.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 40 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationAppointment to the framework agreement is no guarantee of work or of any minimum amount of work pursuant to that Framework Agreement.
List and brief description of conditions:
As set out in the procurement documents.
III.1.2) Economic and financial standingList and brief description of selection criteria:
The selection criteria are stated in the procurement documents. The financial standing criterion will require Tenderers to prove their annual turnover is no less than 20 000 000 per GBP annum
Selection criteria as stated in the procurement documents
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Execution of the services is reserved to a particular profession referenced to the relevant law, regulation or administrative provision. Some of the services can only be carried out by providers with the relevant qualifications.
This is a legislative requirement in the United Kingdom. Please see the procurement documents for further information.
Qualifications equivalent to those states will be considered wherever this is allowed under law.
III.2.2) Contract performance conditionsThe Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at its sole discretion.
The Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Authority shall be incurred entirely at that applicant"s/tenderer"s risk.
III.2.3) Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: No
Date: 26/05/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 26/05/2023
Local time: 12:30
Information about authorised persons and opening procedure:
In accordance with the Authority"s standing orders and good procurement practice.
This is a recurrent procurement: No
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=130940.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:130940)
The buyer considers that this contract is suitable for consortia.
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation proceduresHigh Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
The Authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
21/04/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | Adrian.Johnson@cartreficonwy.org |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| 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 |
| 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 |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |
The Buyer has attached further instructions with this notice. Please read these carefully and take the necessary action(s).
Record your interest in this notice and you will be automatically sent clarifications and deadline date changes etc. Please note that recording your interest does not automatically enter you into the tender process for this notice, you still have to submit your response by the deadline stated. To record an interest in this notice and add it to your interests list please click the Record your interest now button at the top of the page.
The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.
Submit your tender response electronically in a secure environment.
To create an electronic response please click the Record your interest now button at the top of the page.
For more information on the Postbox Facility please refer to the user guide:
Postbox – for Suppliers
Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the Record your interest now button at the top of the page.
The following additional documents have been attached to this notice. To obtain these documents please click the Record your interest now button at the top of the page.
| Created | Name | Description | Size | Downloads |
|---|---|---|---|---|
| 21/04/2023 | 1. Asset Management Consultancy Framework - Information and Guidance | 1. Asset Management Consultancy Framework - Information and Guidance | 236.40 KB | 0 |
| 21/04/2023 | 2. Asset Management Consultancy Questionnaire 2023 | 2. Asset Management Consultancy Questionnaire 2023 | 107.56 KB | 0 |
| 21/04/2023 | 3. Appendix A - Framework | 3. Appendix A - Framework | 439.02 KB | 0 |
| 21/04/2023 | 4. Appendix B - Cost Submission | 4. Appendix B - Cost Submission | 24.46 KB | 0 |
| 21/04/2023 | 5. Appendix C - Services | 5. Appendix C - Services | 266.64 KB | 0 |
| There are no previous versions of these documents |