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
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityFrameworks 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 contract12 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Gwynedd, Wales
UKL12 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged45 |
|
Duration of the framework agreement4 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement300000.001000000.00GBP
|
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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 participate90 |
|
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
|
|
|
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
|
|
|
|
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
|
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 |
|
|
|
|
|
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 dates48 |
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 |
|
|
|
|
|
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 dates48 |
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 |
|
|
|
|
|
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 dates48 |
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 |
|
|
|
|
|
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 dates48 |
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 |
|
|
|
|
|
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 dates48 |
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 |
|
|
|
|
|
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 dates48 |
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 |
|
|
|
|
|
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 dates48 |
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 |
|
|
|
|
|
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 dates48 |
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 |
|
|
|
|
|
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 dates48 |
5)
|
Additional Information about lots
|
|