loading
  • GB-LL22 8LJ Abergele, Conwy
  • 19.11.2018
  • Ausschreibung
  • (ID 2-317821)

Framework Agreement for Asset Management Consultancy Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 19.11.2018, 17:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Objektplanung Gebäude / Studien, Gutachten / allgemeine Beratungsleistungen / Energieplanung/ -beratung / Bauleitung, Objektüberwachung / Kostenmanagement
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    The 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 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.ukhttps://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.
    Adresse des Bauherren UK-LL22 8LJ Abergele, Conwy
    TED Dokumenten-Nr. 451313-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Abergele: Architectural and related services

      2018/S 199-451313

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Cartrefi Conwy Cyfyngedig Ltd
      Morfa Gale, North Wales Business Park, Cae Eithin
      Abergele, Conwy
      LL22 8LJ
      United Kingdom
      Contact person: Adrian Johnson
      Telephone: +44 1492805541
      E-mail: MTU8X21kXGkpRWpjaW5qaTteXG1vbWBhZF5qaXJ0KWptYg==
      NUTS code: 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)Information about joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      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 submitted electronically via: https://www.sell2wales.gov.wales
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.sell2wales.gov.wales
      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) 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 value
      Value excluding VAT: 80 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      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 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 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.ukhttps://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
      Criteria below
      Quality criterion - Name: Quality / Weighting: 80 %
      Quality criterion - Name: Cost / Weighting: 20 %
      Price - Weighting: 20 %
      II.2.6)Estimated value
      Value excluding VAT: 80 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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 III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

      As set out in the procurement documents.

      III.1.2)Economic and financial standing
      List 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 40 000 000 per GBP annum.

      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      Execution of the service is reserved to a particular profession
      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 conditions:

      The 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.

      The Authority anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfer of Undertakings (Protection of Employment) Regulations 2006, might apply to the transfer of personnel from the incumbent Contractor(s)/the Authority under this procurement. The Authority's detailed requirements will be set out in the Framework Agreement.

      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the 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
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 19/11/2018
      Local time: 17:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 20/11/2018
      Local time: 12:00
      Information about authorised persons and opening procedure:

      In accordance with the Authority's standing orders and good procurement practice.

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

      The Authority is adopting a 2-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.

      Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales website at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=85482

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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:85482)

      The buyer considers that this contract is suitable for consortia.

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of England and Wales
      Royal Courts of Justice
      London
      WC1A 2LL
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      High Court of England and Wales
      Royal Courts of Justice
      London
      WC1A 2LL
      United Kingdom
      VI.4.3)Review procedure
      Precise 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.

      VI.4.4)Service from which information about the review procedure may be obtained
      Cabinet Office
      70 Whitehall
      London
      SW1A 2AS
      United Kingdom
      VI.5)Date of dispatch of this notice:
      11/10/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 16.10.2018
Zuletzt aktualisiert 16.10.2018
Wettbewerbs-ID 2-317821 Status Kostenpflichtig
Seitenaufrufe 37