Section one: Contracting authority
one.1) Name and addresses
Cartrefi Conwy Cyfyngedig
Morfa Gele - Cae Eithin, North Wales Business Park
Abergele
LL22 8LJ
Contact
Adrian Johnson
Adrian.Johnson@cartreficonwy.org
Telephone
+44 3001240040
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1206
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sell2wales.gov.wales/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for Asset Management Consultancy Services
Reference number
CC/AMC/001
two.1.2) Main CPV code
- 71200000 - Architectural and related services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £40,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71315300 - Building surveying services
- 71324000 - Quantity surveying services
- 71314300 - Energy-efficiency consultancy services
- 50531200 - Gas appliance maintenance services
- 79418000 - Procurement consultancy services
- 72224000 - Project management consultancy services
- 71241000 - Feasibility study, advisory service, analysis
- 66171000 - Financial consultancy services
- 70311000 - Residential building rental or sale services
- 66600000 - Treasury services
- 71312000 - Structural engineering consultancy services
- 71220000 - Architectural design services
two.2.3) Place of performance
NUTS codes
- UKL1 - West Wales and the Valleys
Main site or place of performance
UKL1
two.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 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £40,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.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 20 000 000 per GBP annum
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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.
three.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.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
26 May 2023
Local time
12:30pm
Information about authorised persons and opening procedure
In accordance with the Authority's standing orders and good procurement practice.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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=130940.
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:130940)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.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.