Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Frameworks for construction consultancy services

  • First published: 05 September 2013
  • Last modified: 05 September 2013

Contents

Summary

OCID:
ocds-kuma6s-001131
Published by:
Adra (Tai) Cyf
Authority ID:
AA0001
Publication date:
05 September 2013
Deadline date:
11 October 2013
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Cartrefi Cymunedol Gwynedd (CCG) is seeking expressions of interest from suitably experienced and qualified consultants in order to establish a series of single supplier framework agreements. CCG's requirement for the services will be divided into lots covering different areas of expertise. Additionally, there will be 1 lot which will be multi-disciplinary. The proposed lots are as cover the following broad areas of expertise: Lot 1 – Civil engineering consultancy services Lot 2 – Structural Engineering consultancy services Lot 3 – Mechanical and electrical engineering consultancy services Lot 4 – Architectural consultancy service Lot 5 – Building surveying consultancy services Lot 6 – Building maintenance/preservation consultancy services Lot 7 – Party wall consultancy services Lot 8 – Environmental consultancy services Lot 9 – Multi discipline consultancy services (which may cover elements of the consultancy services covered by lots 1 to 8 inclusive) CCG intends to enter into separate single-supplier framework agreements with each of the successful consultants under each lot following the submission and evaluation of tenders. Consultants will be appointed based on the most economically advantageous terms offered to CCG by reference to technical ability and quality to deliver the service, as well as pricing proposals. Following the completion of the pre-qualification questionnaire evaluation process, CCG intends to invite the ten highest scoring consultants from each lot to submit full tender responses. Further detail on the tender process will be set out in the invitation to tender in due course. Following the completion of the tender process, CCG intends to appoint between three and five consultants per lot. Each framework agreement shall be for a period of four years and consultants should note that (a) call-off contracts issued pursuant to each framework agreement may naturally extend beyond this point; and (b) CCG will not guarantee any minimum level or value of such call-off contracts. Further details of the CCG's requirements shall be set out in the pre-qualification questionnaire and invitation to tender (in due course). Organisations expressing an interest must request a pre-qualification questionnaire and return it completed with any associated documents to the address stated in the pre-qualification questionnaire by 17.00 on the 11th of October 2013. CPV: 71315200, 44112300, 50800000, 71200000, 71250000, 71311000, 71312000, 71313000, 71315300.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Cartrefi Cymunedol Gwynedd Cyfyngedig

Units 6 + 7 Llys Castan, Parc Menai

Bangor

LL57 4FH

UK

Supply Chain

Paul Painter

+44 1248677217

paul.painter@ccgwynedd.org.uk


http://www.ccgwynedd.org/

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0001
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Frameworks for construction consultancy services

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

12

II.1.2)

Main site or location of works, place of delivery or performance

Gwynedd, Wales



UKL12

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

45

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

300000.001000000.00GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Cartrefi Cymunedol Gwynedd (CCG) is seeking expressions of interest from suitably experienced and qualified consultants in order to establish a series of single supplier framework agreements. CCG's requirement for the services will be divided into lots covering different areas of expertise.

Additionally, there will be 1 lot which will be multi-disciplinary. The proposed lots are as cover the following broad areas of expertise:

Lot 1 – Civil engineering consultancy services

Lot 2 – Structural Engineering consultancy services

Lot 3 – Mechanical and electrical engineering consultancy services

Lot 4 – Architectural consultancy service

Lot 5 – Building surveying consultancy services

Lot 6 – Building maintenance/preservation consultancy services

Lot 7 – Party wall consultancy services

Lot 8 – Environmental consultancy services

Lot 9 – Multi discipline consultancy services (which may cover elements of the consultancy services covered by lots 1 to 8 inclusive)

CCG intends to enter into separate single-supplier framework agreements with each of the successful consultants under each lot following the submission and evaluation of tenders.

Consultants will be appointed based on the most economically advantageous terms offered to CCG by reference to technical ability and quality to deliver the service, as well as pricing proposals.

Following the completion of the pre-qualification questionnaire evaluation process, CCG intends to invite the ten highest scoring consultants from each lot to submit full tender responses. Further detail on the tender process will be set out in the invitation to tender in due course.

Following the completion of the tender process, CCG intends to appoint between three and five consultants per lot.

Each framework agreement shall be for a period of four years and consultants should note that (a) call-off contracts issued pursuant to each framework agreement may naturally extend beyond this point; and (b) CCG will not guarantee any minimum level or value of such call-off contracts.

Further details of the CCG's requirements shall be set out in the pre-qualification questionnaire and invitation to tender (in due course).

Organisations expressing an interest must request a pre-qualification questionnaire and return it completed with any associated documents to the address stated in the pre-qualification questionnaire by 17.00 on the 11th of October 2013.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=1131.

II.1.6)

Common Procurement Vocabulary (CPV)

71315200
44112300
50800000
71200000
71250000
71311000
71312000
71313000
71315300

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Unchecked box Checked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

50000010000000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

 10-02-2014 10-02-2018

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Warranties, bonds and or parent company guarantees or similar may be required. Details will be included in the pre-qualification questionnaire (and later, the invitation to tender documentation).

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Details will be included in the invitation to tender documentation..

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

In the event of a group bid, each company or firm in the bid will be jointly and severally responsible for due performance of the contract. Detailed requirements will be specified in the invitation to tender documentation.

III.1.4)

Other particular conditions to which the performance of the contract is subject

As set out in the pre-qualification questionnaire in the context of pre-qualification (and later, the invitation to tender documentation).

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


As set out in the pre-qualification questionnaire in the context of pre-qualification (and later, the invitation to tender documentation).

III.2.2)

Economic and financial capacity


As set out in thepre-qualification questionnaire in the context of pre-qualification (and later, the invitation to tender documentation).



As set out in thepre-qualification questionnaire in the context of pre-qualification (and later, the invitation to tender documentation).


III.2.3)

Technical capacity


Applicants will be required to complete a pre-qualification questionnaire, which is available from the address stated at Annex A.I and must be returned by the date stipulated in this OJEU Contract Notice.



As set out in the pre-qualification questionnaire in the context of pre-qualification (and later, the invitation to tender documentation).


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

90

Objective criteria for choosing the limited number of candidates

Following the evaluation of pre-qualification questionnaire submissions, the CCG intends to invite the ten highest scoring consultants from each lot to tender.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


No

Yes
Price 40
Qualitative Submission 60

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 11-10-2013  17:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 28-10-2013

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

CCG reserves the right to cancel the OJEU/tender process and to not make an award of any framework or to award only part or parts of the proposed frameworks and does not accept any liability for costs incurred in responding to the pre-qualification questionnaire or invitation to tender.

Save for any mandatory periods, the timescales indicated in this Contract Notice are approximate and CCG reserves the right to amend the same.

(WA Ref:1131)

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:

Under the terms of the framework agreements, each successful consultant will be required to deliver community benefits in support of CCG's economic and social objectives. Accordingly, contractual performance conditions may relate in particular to social and environmental considerations.

Consultants should note that CCG's requirements with regard to community benefits will be set out in the invitation to tender documentation in due course.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Royal Courts of Justice

Strand WC2A 2LL London UNITED KINGDOM

London

WC2A 2LL

UK


+44 207947600


Body responsible for mediation procedures


Royal Courts of Justice

WC2A 2LL London UNITED KINGDOM

London

WC2A 2LL

UK


+44 207947600


VI.4.2)

Lodging of appeals

Precise information on deadline(s) for lodging appeals: CCG 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 2006 (as amended).

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 05-09-2013

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Cartrefi Cymunedol Gwynedd Cyfyngedig

Units 6 + 7 Llys Castan, Parc Menai

Bangor

LL57 4FH

UK

Supply Chain

Paul Painter

+44 1248677217

cadwyn.cyflenwi@ccgwynedd.org.uk

http://www.ccgwynedd.org/

II)

Address and contact points from which specifications and additional documentation may be obtained



Cartrefi Cymunedol Gwynedd Cyfyngedig

Units 6 + 7 Llys Castan, Parc Menai

Bangor

LL57 4DH

UK

Supply Chain

Paul Painter

+44 1248677217

cadwyn.cyflenwi@ccgwynedd.org.uk

http://www.ccgwynedd.org/

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Cartrefi Cymunedol Gwynedd Cyfyngedig

Units 6 + 7 Llys Castan, Parc Menai

Bangor

LL57 4DH

UK

Company Secretary

+44 1248677217


http://www.ccgwynedd.org/

ANNEX B

Information About Lots

1     Civil engineering consultancy services

1)

Short Description

Organisations capable of providing a wide range of civil engineering Consultancy Services in connection with CCG's wider investment and maintenance programme.

2)

Common Procurement Vocabulary (CPV)

71311000
71311100
71311100
71322000
71322100
79415200
71800000
71530000
71222000
71250000
71240000
71400000
71420000

3)

Quantity or scope

CCG intends to appoint between 3 and 5 suitably experienced consultants under this lot.

CCG does not guarantee any minimum level or value of any call-off contracts awarded under this or any lot.

.



2000001000000  GBP.

4)

Indication about different contract dates

48

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Structural engineering consultancy services

1)

Short Description

Organisations capable of providing a wide range of structural engineering consultancy services in connection with CCG's wider investment and maintenance programme.

2)

Common Procurement Vocabulary (CPV)

71312000
79415200
71315200
71530000

3)

Quantity or scope

CCG intends to appoint between 3 and 5 suitably experienced consultants under this lot.

CCG does not guarantee any minimum level or value of any call-off contracts awarded under this or any lot.



100000500000  GBP.

4)

Indication about different contract dates

48

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Mechanical and electrical engineering consultancy services

1)

Short Description

Organisations capable of providing a wide range of mechanical and electrical engineering consultancy services in connection with CCG's wider investment and maintenance programme.

2)

Common Procurement Vocabulary (CPV)

71250000
71300000
71314310
71320000
71321000
71333000
71334000
71000000
71310000
71321300
71314310
71321200
45315100
71321000

3)

Quantity or scope

CCG intends to appoint between 3 and 5 suitably experienced consultants under this lot.

CCG does not guarantee any minimum level or value of any call-off contracts awarded under this or any lot.



100000500000  GBP.

4)

Indication about different contract dates

48

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Architectural consultancy services

1)

Short Description

Organisations capable of providing a wide range of architectural consultancy services in connection with CCG's wider investment and maintenance programme.

2)

Common Procurement Vocabulary (CPV)

71200000
71210000
71221000
71222000
71240000
71250000
71251000
71400000
71000000
71220000

3)

Quantity or scope

CCG intends to appoint between 3 and 5 suitably experienced consultants under this lot.

CCG does not guarantee any minimum level or value of any call-off contracts awarded under this or any lot.



1000001000000  GBP.

4)

Indication about different contract dates

48

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Building surveying consultancy services

1)

Short Description

Organisations capable of providing a wide range of building surveying Consultancy Services in connection with CCG's wider investment and maintenance programme.

2)

Common Procurement Vocabulary (CPV)

71315300
71355000
71315200
71315300
71315400
71631300

3)

Quantity or scope

CCG intends to appoint between 3 and 5 suitably experienced consultants under this lot.

CCG does not guarantee any minimum level or value of any call-off contracts awarded under this or any lot.



1000001000000  GBP.

4)

Indication about different contract dates

48

5)

Additional Information about lots

ANNEX B

Information About Lots

6     Building maintenance/preservation consultancy services

1)

Short Description

Organisations capable of providing a wide range of building maintenance/preservation consultancy services in connection with CCG's wider investment and maintenance programme.

2)

Common Procurement Vocabulary (CPV)

50800000
50700000
79415200
71315100
71315200
71315210
71321400
71530000

3)

Quantity or scope

CCG intends to appoint between 3 and 5 suitably experienced consultants under this lot.

CCG does not guarantee any minimum level or value of any call-off contracts awarded under this or any lot.



100000500000  GBP.

4)

Indication about different contract dates

48

5)

Additional Information about lots

ANNEX B

Information About Lots

7     Party wall consultancy services

1)

Short Description

Organisations capable of providing a wide range of party wall consultancy services in connection with CCG's wider investment and maintenance programme.

2)

Common Procurement Vocabulary (CPV)

44112300
44112310
71315100
71315200
71621000
71530000

3)

Quantity or scope

CCG intends to appoint between 3 and 5 suitably experienced consultants under this lot.

CCG does not guarantee any minimum level or value of any call-off contracts awarded under this or any lot.



100000500000  GBP.

4)

Indication about different contract dates

48

5)

Additional Information about lots

ANNEX B

Information About Lots

8     Environmental consultancy services

1)

Short Description

Organisations capable of providing a wide range of environmental consultancy services in connection with CCG's wider investment and maintenance programme.

2)

Common Procurement Vocabulary (CPV)

71313000
71313420
71313440
90700000
90712000
90712100
90712500
90713000
71332000
71313000
90713000
71530000

3)

Quantity or scope

CCG intends to appoint between 3 and 5 suitably experienced consultants under this lot.

CCG does not guarantee any minimum level or value of any call-off contracts awarded under this or any lot.



100000500000  GBP.

4)

Indication about different contract dates

48

5)

Additional Information about lots

ANNEX B

Information About Lots

9     Multi discipline consultancy services (which may cover elements of the consultancy services covered by lots 1 to 8 inclusive)

1)

Short Description

Organisations capable of providing a wide range consultancy services in connection with CCG's wider investment and maintenance programme.

2)

Common Procurement Vocabulary (CPV)

71311000
71311100
71311100
71322000
71322100
79415200
71800000
71530000
71222000
71250000
71240000
71400000
71420000
71312000
71315200
71530000
71250000
71300000
71314310
71320000
71333000
71334000
71000000
71310000
71321300
71314310
71321200
45315100
71321000
71200000
71200000
71221000
71222000
71240000
71250000
71251000
71400000
71000000
71220000
71315300
71355000
71315200
71315300
71315400
71631300
50800000
50700000
79415200
71530000

3)

Quantity or scope

CCG intends to appoint between 3 and 5 suitably experienced consultants under this lot.

CCG does not guarantee any minimum level or value of any call-off contracts awarded under this or any lot.

.



1000003000000  GBP.

4)

Indication about different contract dates

48

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71250000 Architectural, engineering and surveying services Architectural and related services
71315200 Building consultancy services Building services
71315300 Building surveying services Building services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
44112300 Partitions Miscellaneous building structures
71312000 Structural engineering consultancy services Consultative engineering and construction services

Delivery locations

ID Description
1012 Gwynedd

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
05 September 2013
Deadline date:
11 October 2013 00:00
Notice type:
Contract Notice
Authority name:
Adra (Tai) Cyf
Publication date:
06 May 2014
Notice type:
Contract Award Notice
Authority name:
Adra (Tai) Cyf

About the buyer

Main contact:
paul.painter@ccgwynedd.org.uk
Admin contact:
cadwyn.cyflenwi@ccgwynedd.org.uk
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.