Tender

Framework Agreement for Asset Management Consultancy Services

  • Cartrefi Conwy Cyfyngedig

F02: Contract notice

Notice identifier: 2023/S 000-011478

Procurement identifier (OCID): ocds-h6vhtk-03c31b

Published 21 April 2023, 11:52am



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

Email

Adrian.Johnson@cartreficonwy.org

Telephone

+44 3001240040

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.cartreficonwy.org

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.