United Kingdom-Abergele: Architectural and related services
2018/S 199-451313
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
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
Section II: Object
Framework Agreement for Asset Management Consultancy Services
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.
UKL1.
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.uk — https://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.
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
As set out in the procurement documents.
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.
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.
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.
Section IV: Procedure
In accordance with the Authority's standing orders and good procurement practice.
Section VI: Complementary 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.
Royal Courts of Justice
London
WC1A 2LL
United Kingdom
Royal Courts of Justice
London
WC1A 2LL
United Kingdom
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.
70 Whitehall
London
SW1A 2AS
United Kingdom