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

Building Consultants Framework Agreement

  • First published: 25 February 2015
  • Last modified: 25 February 2015

Contents

Summary

OCID:
ocds-kuma6s-022490
Published by:
Cardiff University
Authority ID:
AA0258
Publication date:
25 February 2015
Deadline date:
02 April 2015
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The aim of this project is to establish a framework (the Framework) of pre-qualified and suitably experienced Professional Services Consultants (Consultants), which will enable participating authorities to call off services on an 'as required' basis in relation to University and other building projects. The contracts allocated under the Professional Services Consultant Framework agreement may include refurbishment and/or new build, and may involve single site projects, or groups of sites. The Framework will consist of seven (7)seperate lots, and a range of Consultants and abilities to reflect the anticipated scope of projects. Continuous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The participating authorities are committed to contributing to the social and economic and environmental well being of the wider community. Accordingly the successful Consultants will be required to consider community benefits; specific requirements will be detailed within the tender documents which will also state whether the requirements are core or non-core. Two methods may be used by the participating authorities to call off/award contracts under the Framework: (i) mini competition and (ii) direct award. Call off arrangements will vary according to the applicable Lot as follows: Lot 1 - Building Surveyors - Mini Competition Lot 2 - Architects - Mini Competition Lot 3 - Project Managers - Direct award or mini competition Lot 4 - M&E Service Engineers - Direct award or mini competition Lot 5 - Civil and Structural Engineers - Direct award or mini competition Lot 6 - Quantity Surveyors - Direct award or mini competition Lot 7 - Commissioning Consultants - Direct Award (single organisation award for lot 7) Cardiff University as an employer, is committed to paying all employees not less than the living wage, as set out by the Living Wage Foundation. Further information is set out in the pre-qualification questionnaire (PQQ) documents, see section V.I.3 for details. To obtain PQQ documents, suppliers are required to register on the following website: https://in-tendhost.co.uk/cardiffuniversity/aspx/Home express an interest in the tender and download the PQQ documents. Suppliers should note that PQQ documents will be made available to download from midday on Monday 2nd March 15. Suppliers must not request PQQ documents from the contracting authority as they are readily available from the above web portal. Reponses to the PQQ and any clarification questions must be submitted via the above web portal. CPV: 71221000, 71315300, 71312000, 71311000, 71315210, 71333000, 71334000, 71324000, 72224000, 71541000, 71315400.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Cardiff University

Purchasing Section, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

UK

Julie Paynter

+44 2920879648

Buyline@cardiff.ac.uk


www.cardiff.ac.uk/purch/

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0258

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
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
Unchecked box
Unchecked box
Unchecked box
Checked box
Yes

Cardiff & Vale University Health Board

University of South Wales

Swansea University

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Building Consultants Framework Agreement

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

Cardiff



UKL22

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

20

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

600000014000000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The aim of this project is to establish a framework (the Framework) of pre-qualified and suitably experienced Professional Services Consultants (Consultants), which will enable participating authorities to call off services on an 'as required' basis in relation to University and other building projects. The contracts allocated under the Professional Services Consultant Framework agreement may include refurbishment and/or new build, and may involve single site projects, or groups of sites. The Framework will consist of seven (7)seperate lots, and a range of Consultants and abilities to reflect the anticipated scope of projects. Continuous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The participating authorities are committed to contributing to the social and economic and environmental well being of the wider community. Accordingly the successful Consultants will be required to consider community benefits; specific requirements will be detailed within the tender documents which will also state whether the requirements are core or non-core. Two methods may be used by the participating authorities to call off/award contracts under the Framework: (i) mini competition and (ii) direct award. Call off arrangements will vary according to the applicable Lot as follows:

Lot 1 - Building Surveyors - Mini Competition

Lot 2 - Architects - Mini Competition

Lot 3 - Project Managers - Direct award or mini competition

Lot 4 - M&E Service Engineers - Direct award or mini competition

Lot 5 - Civil and Structural Engineers - Direct award or mini competition

Lot 6 - Quantity Surveyors - Direct award or mini competition

Lot 7 - Commissioning Consultants - Direct Award (single organisation award for lot 7)

Cardiff University as an employer, is committed to paying all employees not less than the living wage, as set out by the Living Wage Foundation.

Further information is set out in the pre-qualification questionnaire (PQQ) documents, see section V.I.3 for details.

To obtain PQQ documents, suppliers are required to register on the following website:

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

express an interest in the tender and download the PQQ documents.

Suppliers should note that PQQ documents will be made available to download from midday on Monday 2nd March 15.

Suppliers must not request PQQ documents from the contracting authority as they are readily available from the above web portal.

Reponses to the PQQ and any clarification questions must be submitted via the above web portal.

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=22490.

II.1.6)

Common Procurement Vocabulary (CPV)

71221000
71315300
71312000
71311000
71315210
71333000
71334000
71324000
72224000
71541000
71315400

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The contracts called off under the Professional Services Consultant Framework agreement may include refurbishment and/or new build, and may involve single site projects, or groups of sites. The Framework will be divided into seven (7) separate lots, to achieve a range of consultants to reflect the anticipated range of projects. Continuous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The participating authorities are committed to contributing to the social and economic and environmental well being of the wider community. Accordingly the successful Consultants will be required to consider community benefits; specific requirements will be detailed within the tender documents which will also state whether the requirements are core or non-core. Two methods may be used by the participating authorities to call off/award contracts under the Framework (i) mini competition and (ii) direct award. Call off arrangements will vary according to the applicable Lot as follows:

Lot 1 - Building Surveyors - Mini Competition

Lot 2 - Architects - Mini Competition

Lot 3 - Project Managers - Direct award or mini competition

Lot 4 - M&E Service Engineers - Direct award or mini competition

Lot 5 - Civil and Structural Engineers - Direct award or mini competition

Lot 6 - Quantity Surveyors - Direct award or mini competition

Lot 7 - Commissioning Consultants - Direct Award (single organisation award for lot 7)

The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.

Cardiff University as an employer is committed to paying all employees not less than the living wage, as set out by the Living Wage Foundation.

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

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The contracting authority reserves the right to request a parent company and/or other guarantees of financial liability.

III.1.2)

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

As set out in the invitation to tender (ITT) documents.

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

None specified, save that in the case of a particular partnership or consortium or other group of more than one legal entity bidding together, the Framework will be with either (i) all suppliers on the basis of joint and several liability, or (ii) with one or more of the parties acting as 'prime contractor' (and where more than one, on a joint and several liability basis). Where the Framework is with a special purpose company with seperate legal personaility established for the project, the contracting authority will require sufficient guarantees to be given by participants in that company or their parents.

III.1.4)

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

As set out in the invitation to tender (ITT) documents.

III.2)

Conditions for Participation

III.2.1)

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


As stated in the PQQ document.

Any economic operator may be excluded from participation if it fulfils any of the criteria listed in Regulation 23 of the Public Contracts Regulations 2006 (as amended)/Article 45 EU Directive 2004/18/EC.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.

Further details are contained in the PQQ



Lot 1 - Building Surveyors, Minimum annual turnover requirement GBP 1.5M (aggregate turnover of the Individual organisations where a consortium)

Lot 2 - Architects, Minimum annual turnover requirement GBP 0.5M

Lot 3 - Project Managers, Minimum annual turnover requirement GBP 0.5M

Lot 4 - M&E Services Engineers, Minimum annual turnover requirement GBP 0.5M

Lot 5 - Civil & Structural Engineers, Minimum annual turnover requirement GBP 0.5M

Lot 6 - Quantity Surveyors, Minimum annual turnover requirement GBP 0.5M

Lot 7 - Commissioning Consultants, Minimum annual turnover requirement GBP 0.5M


III.2.3)

Technical capacity


As stated in the PQQ



As stated in the PQQ


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

53

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

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

CU212/JP0215

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

 02-04-2015  12:00

IV.3.5)

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

 01-07-2015

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

Suppliers should note that the PQQ documents will be made available to download from midday on Monday 2 March 2015.

To obtain PQQ documents suppliers are required to register on the following website,

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

express an interest in the tender and download the PQQ documents.

Suppliers should not request the PQQ documents from the contracting authority as they are readily available on the above web portal.

The PQQ documents contain, inter alia, a Strategic Brief which provides additional information in relation to the Framework/Services being procured.

All tender costs and liabilities incurred by suppliers shall be the sole responsibility of suppliers.

The contracting authority reseves the right to establish the Framework/each Lot in whole or in part.

The contracting authority reseves the right to evaluate each Lot as a seperate contract.

The contracting authority reserves the right to annul the tendering process and not establish the Framework.

All documents to be priced in GBP and all payment made in GBP.

In relation to section II.1.9 - variants will be accepted to extent permitted in the tender documents (if at all).

Suppliers should note thay they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the contracting authority will not negotiate the terms.

(WA Ref:22490)

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:

Further details will be provided in the ITT

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Cardiff University will incorporate a standstill period at the point information on the award of the Framework is communicated to suppliers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful suppliers to clarify or query the award decision before the framework is entered into

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 25-02-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Cardiff University

Purchasing Section, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

UK

Julie Paynter

+44 2920879648

Buyline@cardiff.ac.uk

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

II)

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



Cardiff University

Purchasing Section, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

UK

Julie Paynter

+44 2920879648


https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

III)

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



Cardiff University

Purchasing Section, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

UK

Julie Paynter

+44 2920879648


https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

ANNEX B

Information About Lots

1     Building Surveying services

1)

Short Description

Building Surveyors (Multi-disciplinary designers, plus project management and quantity surveyor services)

2)

Common Procurement Vocabulary (CPV)

71315300

3)

Quantity or scope

Building Surveyors - Value Band up to GBP 1.5M (construction value, excluding VAT), minimum annual turnover requirements GBP 1.5M (aggregate where a consortium). Further details are contained in the PQQ and Strategic brief.

Three (3) suppliers will be selected by the University to be engaged on the Framework as primary framework consultants (“Primary Framework Consultants”). Primary Framework Consultants will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework.

Two (2) Reserve Framework Consultants will also be selected by the University to be engaged on the Framework (“Reserve Framework Consultants”). Reserve Framework Consultants will not be eligible to be considered for the award of call off contracts pursuant to the Framework unless the circumstances below apply.

The University shall appoint the Primary Framework Consultants and the Reserve Framework Consultants based on their ranking following evaluation of their tenders for the Framework. The highest Three (3) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultant.

In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework. The ranking of the Reserve Framework Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).

The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Architects

1)

Short Description

Architects services

2)

Common Procurement Vocabulary (CPV)

71200000
71221000

3)

Quantity or scope

Architect Services - Value Band GBP 1.5M - GBP 15M Construction value (excluding VAT). Minimum annual turnover requirement - GBP 0.5M Further details are contained in the PQQ and Strategic Brief.

Four (4) suppliers will be selected by the University to be engaged on the Framework as primary framework consultants (“Primary Framework Consultants”). Primary Framework Consultants will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework.

Two (2) Reserve Framework Consultants will also be selected by the University to be engaged on the Framework (“Reserve Framework Consultants”). Reserve Framework Consultants will not be eligible to be considered for the award of call off contracts pursuant to the Framework unless the circumstances below apply.

The University shall appoint the Primary Framework Consultants and the Reserve Framework Consultants based on their ranking following evaluation of their tenders for the Framework. The highest Four (4) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultants.

In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework. The ranking of the Reserve Framework Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).

The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Project Managers

1)

Short Description

Project Managers

2)

Common Procurement Vocabulary (CPV)

72224000

3)

Quantity or scope

Project Managers - Value Band GBP 1.5M - GBP 15M Construction value (excluding VAT), minimum annual turnover requirement - GBP 0.5M. Further details are contained in the PQQ and Strategic Brief.

Three (3) suppliers will be selected by the University to be engaged on the Framework as primary framework consultants (“Primary Framework Consultants”). Primary Framework Consultants will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.

Two (2) Reserve Framework Consultants will also be selected by the University to be engaged on the Framework (“Reserve Framework Consultants”). Reserve Framework Consultants will not be eligible to be considered for the award of call off contracts pursuant to the Framework unless the circumstances below apply.

The University shall appoint the Primary Framework Consultants and the Reserve Framework Consultants based on their ranking following evaluation of their tenders for the Framework. The highest Three (3) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultants.

In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework. The ranking of the Reserve Framework Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).

The contracting Authority does not guarantee that any specific volume or value of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     M&E Services Engineers

1)

Short Description

M&E Services Engineers

2)

Common Procurement Vocabulary (CPV)

71334000

3)

Quantity or scope

M& E Services Engineers - Value Band GBP 1.5M to GBP 15M Construction Value (Excluding VAT), Minimum turnover requirements GBP 0.5M, further details are contained in the PQQ and Strategic Brief.

Three (3) suppliers will be selected by the University to be engaged on the Framework as primary framework consultants (“Primary Framework Consultants”). Primary Framework Consultants will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.

Two (2) Reserve Framework Consultants will also be selected by the University to be engaged on the Framework (“Reserve Framework Consultants”). Reserve Framework Consultants will not be eligible to be considered for the award of call off contracts pursuant to this framework unless the circumstances below apply.

The University shall appoint the Primary Framework Consultants and the Reserve Framework Consultants based on their ranking following evaluation of their tenders for this framework. The highest Three (3) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultants.

In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework. The ranking of the Reserve Framework Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).

The contracting authority does not guarantee that any specific volume or vlaue of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Civil & Structural Engineers

1)

Short Description

Civil & Structural Engineers

2)

Common Procurement Vocabulary (CPV)

71311000
71312000

3)

Quantity or scope

Civil & Structural Engineers - Value Band - GBP 1.5M - GBP 15M Construction value (Excluding VAT). Minimum annual turnover requirements GBP 0.5M. Further details are contained in the PQQ and Strategic Brief.

Three (3) suppliers will be selected by the University to be engaged on the Framework as primary framework consultants (“Primary Framework Consultants”). Primary Framework Consultants will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.

Two (2) Reserve Framework Consultants will also be selected by the University to be engaged on the Framework (“Reserve Framework Consultants”). Reserve Framework Consultants will not be eligible to be considered for the award of call off contracts pursuant to the Framework unless the circumstances below apply.

The University shall appoint the Primary Framework Consultants and the Reserve Framework Consultants based on their ranking following evaluation of their tenders for this framework. The highest Three (3) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultants.

In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework. The ranking of the Reserve Framework Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).

The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

6     Quantity Surveyors

1)

Short Description

Quantity Surveyors

2)

Common Procurement Vocabulary (CPV)

71324000

3)

Quantity or scope

Quantity Surveyors - Value Band - GBP 1.5M - GBP 15M Construction value (excluding VAT). Minimum annual turnover requirement GBP 0.5M. Further details are contained within the PQQ and Strategic Brief.

Three (3) suppliers will be selected by the University to be engaged on the Framework as primary framework consultants (“Primary Framework Consultants”). Primary Framework Consultants will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.

Two (2) Reserve Framework Consultants will also be selected by the University to be engaged on this framework (“Reserve Framework Consultants”). Reserve Framework Consultants will not be eligible to be considered for the award of call off contracts pursuant to the Framework unless the circumstances below apply.

The University shall appoint the Primary Framework Consultants and the Reserve Framework Consultants based on their ranking following evaluation of their tenders for the Framework. The highest Three (3) ranked suppliers will be appointed as the Primary Framework Consultants and the next Two (2) highest ranked suppliers will be appointed as the Reserve Framework Consultants.

In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework. The ranking of the Reserve Framework Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).

The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

7     Commissioning Consultants

1)

Short Description

Commissioning Consultants

2)

Common Procurement Vocabulary (CPV)

71541000

3)

Quantity or scope

Commissioning Consultants - Management of the commissioning process from inital design review through to completion and seasonal proving. This will include producing the commissioning programme, chairing commissioning meetings, witnessing of systems and a full audit trail of the commissioning of all major mechanical and electrical systems. - Value Band - All project values. Minimum annual turnover requirements GBP 0.5M. Further details are contained within the PQQ and Strategic brief.

One (1) supplier will be selected by the University to be engaged on the Framework as primary framework consultants (“Primary Framework Consultants”). Primary Framework Consultants will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.

One (1) Reserve Framework Consultant will also be selected by the University to be engaged on the Framework (“Reserve Framework Consultants”). Reserve Framework Consultants will not be eligible to be considered for the award of call off contracts pursuant to the Framework unless the circumstances below apply.

The University shall appoint the Primary Framework Consultants and the Reserve Framework Consultant based on their ranking following evaluation of their tenders for the Framework. The highest ranked supplier (1) will be appointed as the Primary Framework Consultant and the next (1) highest ranked supplier will be appointed as the Reserve Framework Consultant.

In the event that any Framework agreement with a Primary Framework Consultant is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultant to become a Primary Framework Consultant whereupon the Reserve Framework Consultant will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework. The ranking of the Reserve Framework Consultant as a new Primary Framework Consultant shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultant shall not assume the ranking/position of the deposed Primary Framework Consultant).

The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
71221000 Architectural services for buildings Architectural design services
71315210 Building services consultancy services Building services
71315300 Building surveying services Building services
71315400 Building-inspection services Building services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71541000 Construction project management services Construction management services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71333000 Mechanical engineering services Miscellaneous engineering services
72224000 Project management consultancy services Systems and technical consultancy services
71324000 Quantity surveying services Engineering design services
71312000 Structural engineering consultancy services Consultative engineering and construction services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan
1018 Swansea

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:
25 February 2015
Deadline date:
02 April 2015 00:00
Notice type:
Contract Notice
Authority name:
Cardiff University
Publication date:
17 March 2016
Notice type:
Contract Award Notice
Authority name:
Cardiff University

About the buyer

Main contact:
Buyline@cardiff.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx11.59 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.