Notice Information
Notice Title
Framework Agreement for Asset Management Consultancy Services
Notice 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.
Lot Information
Lot 1
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. Additional information: Appointment to the framework agreement is no guarantee of work or of any minimum amount of work pursuant to that Framework Agreement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03c31b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018112-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
66 - Financial and insurance services
70 - Real estate services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
50531200 - Gas appliance maintenance services
66171000 - Financial consultancy services
66600000 - Treasury services
70311000 - Residential building rental or sale services
71200000 - Architectural and related services
71220000 - Architectural design services
71241000 - Feasibility study, advisory service, analysis
71312000 - Structural engineering consultancy services
71314300 - Energy-efficiency consultancy services
71315300 - Building surveying services
71324000 - Quantity surveying services
71500000 - Construction-related services
71530000 - Construction consultancy services
71540000 - Construction management services
71600000 - Technical testing, analysis and consultancy services
72224000 - Project management consultancy services
79418000 - Procurement consultancy services
Notice Value(s)
- Tender Value
- £40,000,000 £10M-£100M
- Lots Value
- £40,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £40,000,000 £10M-£100M
Notice Dates
- Publication Date
- 26 Jun 20232 years ago
- Submission Deadline
- 26 May 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 25 Jun 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CARTREFI CONWY CYFYNGEDIG
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- ABERGELE
- Postcode
- LL22 8LJ
- Post Town
- Llandudno
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL3 North Wales
- Small Region (ITL 3)
- TLL33 Conwy and Denbighshire
- Delivery Location
- TLL1 West Wales and The Valleys
-
- Local Authority
- Conwy
- Electoral Ward
- Pen-sarn Pentre Mawr
- Westminster Constituency
- Clwyd North
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03c31b-2023-06-26T14:13:33+01:00",
"date": "2023-06-26T14:13:33+01:00",
"ocid": "ocds-h6vhtk-03c31b",
"description": "(WA Ref:132638)",
"initiationType": "tender",
"tender": {
"id": "CC/AMC/001",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Framework Agreement for Asset Management Consultancy Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 40000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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. Additional information: Appointment to the framework agreement is no guarantee of work or of any minimum amount of work pursuant to that Framework Agreement.",
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Tender/Award Questions",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71314300",
"description": "Energy-efficiency consultancy services"
},
{
"scheme": "CPV",
"id": "50531200",
"description": "Gas appliance maintenance services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
},
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "70311000",
"description": "Residential building rental or sale services"
},
{
"scheme": "CPV",
"id": "66600000",
"description": "Treasury services"
},
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71220000",
"description": "Architectural design services"
}
],
"deliveryAddresses": [
{
"region": "UKL1"
},
{
"region": "UKL1"
}
],
"deliveryLocation": {
"description": "UKL1"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.sell2wales.gov.wales/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As set out in the procurement documents.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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."
}
]
},
"documents": [
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "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."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"tenderPeriod": {
"endDate": "2023-05-26T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2023-05-26T12:30:00+01:00"
},
"bidOpening": {
"date": "2023-05-26T12:30:00+01:00",
"description": "In accordance with the Authority's standing orders and good procurement practice."
},
"hasRecurrence": false,
"reviewDetails": "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."
},
"parties": [
{
"id": "GB-FTS-31753",
"name": "Cartrefi Conwy Cyfyngedig",
"identifier": {
"legalName": "Cartrefi Conwy Cyfyngedig"
},
"address": {
"streetAddress": "Morfa Gele - Cae Eithin, North Wales Business Park",
"locality": "Abergele",
"region": "UK",
"postalCode": "LL22 8LJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Adrian Johnson",
"telephone": "+44 3001240040",
"email": "Adrian.Johnson@cartreficonwy.org",
"url": "https://www.sell2wales.gov.wales/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.cartreficonwy.org",
"buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1206",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "06",
"description": "Housing and community amenities"
}
]
}
},
{
"id": "GB-FTS-1126",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-12584",
"name": "Savills (UK) Ltd",
"identifier": {
"legalName": "Savills (UK) Ltd"
},
"address": {
"streetAddress": "33 Margaret Street",
"locality": "London",
"region": "UK",
"postalCode": "W1G0JD",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2070163826"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-31753",
"name": "Cartrefi Conwy Cyfyngedig"
},
"language": "en",
"awards": [
{
"id": "018112-2023-1-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-12584",
"name": "Savills (UK) Ltd"
}
]
}
],
"contracts": [
{
"id": "018112-2023-1-1",
"awardID": "018112-2023-1-1",
"status": "active",
"value": {
"amount": 40000000,
"currency": "GBP"
},
"dateSigned": "2023-06-26T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
}
}