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

Commissioning Consultants Framework

  • First published: 03 August 2015
  • Last modified: 03 August 2015

Contents

Summary

OCID:
ocds-kuma6s-031070
Published by:
Cardiff University
Authority ID:
AA0258
Publication date:
03 August 2015
Deadline date:
08 September 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The establishment of a framework of pre-qualified and suitably experienced Commissioning Consultant Services (the “Framework”), which will enable participating authorities to call off services on an 'as required' basis in relation to University and other building projects. The Framework will cover the management of the commissioning process from initial 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. This Framework will run in tandem with a separate framework currently being procured for Professional Services Consultants and will cover all value bands from GBP1.5M - GBP15M. Continuous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The call off method for the Framework will be by way of direct award. 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. To obtain the tender 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 ITT documents. Suppliers must not request tender documents from the contracting authority as they are readily available from the above web portal. Responses to the ITT and any clarification questions must be submitted via the above web portal. The contracting authority does not guarantee that any specific volume and/or value of services will be called off under the Framework. CPV: 71541000, 71530000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Cardiff University

Procurement Services, 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
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked 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

Commissioning Consultants Framework

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



UKL

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

2

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

30000004000000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The establishment of a framework of pre-qualified and suitably experienced Commissioning Consultant Services (the “Framework”), which will enable participating authorities to call off services on an 'as required' basis in relation to University and other building projects.

The Framework will cover the management of the commissioning process from initial 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. This Framework will run in tandem with a separate framework currently being procured for Professional Services Consultants and will cover all value bands from GBP1.5M - GBP15M.

Continuous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The call off method for the Framework will be by way of direct award.

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.

To obtain the tender 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 ITT documents.

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

Responses to the ITT and any clarification questions must be submitted via the above web portal.

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

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=31070.

II.1.6)

Common Procurement Vocabulary (CPV)

71541000
71530000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The establishment of a framework of pre-qualified and suitably experienced Commissioning Consultant Services (the “Framework”), which will enable participating authorities to call off services on an 'as required' basis in relation to University and other building projects.

The Framework will cover the management of the commissioning process from initial 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. This Framework will run in tandem with a separate framework currently being procured for Professional Services Consultants and will cover all value bands from GBP1.5M - GBP15M.

Continuous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The call off method for the Framework will be by way of direct award.

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

In the event that the Framework with the Primary Framework Consultants is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Consultants to become the Primary Framework Consultants whereupon the Reserve Consultants 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 Consultants as the new Primary Framework Consultants shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Consultants shall not assume the ranking/position of the deposed Primary Framework Consultants).

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

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 separate legal personality established for the project, the contracting authority will require sufficient guarantees to be given by participants in the 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 ITT

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 contained in the ITT.



Commissioning Consultants - Minimum annual turnover requirement GBP 500000.


III.2.3)

Technical capacity




As stated in the ITT


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked 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

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

CU217/JP0715

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

 08-09-2015  12:00

IV.3.5)

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


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

To obtain the ITT 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 tender documents.

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

The ITT documents contain, inter alia, a Strategic Brief which provide 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 reserves the right to establish the Framework in whole or in part.

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 payments to be made in GBP.

In relation to section 11.1.9 - variants will be accepted to the extent permitted in the tender documents (if at all).

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

(WA Ref:31070)

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 are 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

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 03-08-2015

Coding

Commodity categories

ID Title Parent category
71530000 Construction consultancy services Construction-related services
71541000 Construction project management services Construction management services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
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:
03 August 2015
Deadline date:
08 September 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.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.