Section one: Contracting authority
one.1) Name and addresses
Pobl Group Ltd
Pobl House, Phoenix Way
Swansea
SA7 9EQ
procurement.helpdesk@poblgroup.co.uk
Telephone
+44 1792460609
Country
United Kingdom
NUTS code
UKL18 - Swansea
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0512
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/
one.4) Type of the contracting authority
Other type
RSL
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Employer`s Agents Framework
Reference number
PROC0154
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Group intends to establish a Framework Agreement with suitably qualified and experienced Consultant(s) for the appointment of Employer’s Agents based on the Most Economically Advantageous Tender.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
0-60 properties (five (5) consultants)
Lot No
1
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 72224000 - Project management consultancy services
- 73000000 - Research and development services and related consultancy services
- 79411000 - General management consultancy services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Across the South Wales area
two.2.4) Description of the procurement
The Group intends to establish a Framework Agreement with suitably qualified and experienced Consultant(s) for the appointment of Employer’s Agents based on the Most Economically Advantageous Tender.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract is Three (3) Years with the option to extend for up one (1) year month periods (3+1).
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) Description
two.2.1) Title
61-149 properties (eight (8) eight consultants)
Lot No
2
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 72224000 - Project management consultancy services
- 73000000 - Research and development services and related consultancy services
- 79411000 - General management consultancy services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Across the South Wales Area
two.2.4) Description of the procurement
The Group intends to establish a Framework Agreement with suitably qualified and experienced Consultant(s) for the appointment of Employer’s Agents based on the Most Economically Advantageous Tender.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract is Three (3) Years with the option to extend for up one (1) year month periods (3+1).
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) Description
two.2.1) Title
150+ properties (six (6) consultants)
Lot No
3
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 72224000 - Project management consultancy services
- 73000000 - Research and development services and related consultancy services
- 79411000 - General management consultancy services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Across the South Wales area
two.2.4) Description of the procurement
The Group intends to establish a Framework Agreement with suitably qualified and experienced Consultant(s) for the appointment of Employer’s Agents based on the Most Economically Advantageous Tender.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract is Three (3) Years with the option to extend for up one (1) year month periods (3+1).
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the ITT documents
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 several operators
Envisaged maximum number of participants to the framework agreement: 19
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
30 January 2023
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 January 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Included in ITT documents
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=127215
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Included in ITT documents
(WA Ref:127215)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom