Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Cartrefi Conwy Cyfyngedig Ltd
Morfa Gale, North Wales Business Park, Cae Eithin
Abergele, Conwy
LL22 8LJ
UK
Person cyswllt: Adrian Johnson
Ffôn: +44 1492805541
E-bost: Adrian.Johnson@cartreficonwy.org
NUTS: UKL1
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.cartreficonwy.org
Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA22548
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.sell2wales.gov.wales
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.sell2wales.gov.wales
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://www.sell2wales.gov.wales
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Tai ac amwynderau cymunedol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Framework Agreement for asset management consultancy services
Cyfeirnod: CC-AMCS
II.1.2) Prif god CPV
71200000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Cartrefi Conwy Cyfyngedig Limited (the Authority) is seeking to appoint a single provider of asset management consultancy services to deliver support to the Authority over a 4 year period via framework agreement as and when required by the Authority to support its programme of asset management works. The framework agreement will be made available to other contracting authorities in the UK, as set out further below in Section II.2.4
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 80 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
71200000
71500000
71600000
71530000
71540000
71315300
71324000
71314300
50531200
79418000
72224000
71241000
66171000
70311000
66600000
71312000
71220000
II.2.3) Man cyflawni
Cod NUTS:
UKL1
Prif safle neu fan cyflawni:
UKL1
II.2.4) Disgrifiad o’r caffaeliad
The Authority is seeking to appoint a single suitable and properly qualified service provider experienced in delivering services similar to the services being let under this framework agreement under a form of framework agreement with a 4 year term with call-off consultancy appointments to provide various asset management services. The form of framework agreement is the ACA Framework Alliance Contract with bespoke amendments and the consultancy appointments are bespoke appointments. [The framework agreement also allows for bespoke forms of appointment to be used.]
Call-off appointments will be made by direct selection. The Authority (or any contracting authority appointing under the framework agreement) may consult the service provider in writing, requesting it to supplement its tender as necessary, as provided for by Regulation 33(7)(b) of the Public Contracts Regulations 2015. The term of any call-off appointment may extend beyond the term of the framework agreement.
The categories of services which may be called off under the framework agreement are as follows:
- Property Performance Asset Services
- Client Support Services
- Procurement And Project Management Services
- Development Services
- Financial Services
- Multi-Disciplinary Professional Services
The services are more fully set out in the procurement documents, which are available at the address listed above.
The Authority is letting this framework agreement for itself and on behalf of other social landlords operating within the UK (for a full list, see: www.homesandcommunities.co.uk, https://gov.wales/topics/housing-andregeneration/publications/registered-social-landlords-in-wales/?lang=en and https://www.gov.uk/government/ publications/current-registered-providers-of-social-housing), including Local Authorities within the UK (for a full list see: https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/ social-media/go-further/a-z-councils-online) and ALMOs within the UK (for a full list see: www.almos.org.uk/ member_list). Joint ventures comprising any of the above potential clients (or the Authority) and subsidiary companies of the above potential clients (and those of the Authority) may also utilise the framework agreement.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 80%
Maes prawf ansawdd: Cost
/ Pwysoliad: 20%
Price
/ Pwysoliad:
20%
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 80 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Appointment to the framework agreement is no guarantee of work or of any minimum amount of work pursuant to that framework agreement
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
List and brief description of conditions:
As set out in the procurement documents.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
The selection criteria are stated in the procurement documents. The financial standing criterion will require Tenderers to prove their annual turnover is no less than 40,000,000 per GBP annum.
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.1) Gwybodaeth am broffesiwn penodol
PDim ond proffesiwn penodol all gymryd rhan : Ydy
Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:
Execution of the services is reserved to a particular profession referenced to the relevant law, regulation or administrative provision. Some of the services can only be carried out by providers with the relevant qualifications.
This is a legislative requirement in the United Kingdom. Please see the procurement documents for further information.
Qualifications equivalent to those states will be considered wherever this is allowed under law.
III.2.2) Amodau perfformiad contractau
The Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at its sole discretion. The Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Authority shall be incurred entirely at that applicant's/tenderer's risk.
The Authority anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfer of Undertakings (Protection of Employment) Regulations 2006, might apply to the transfer of personnel from the incumbent contractor(s) / the Authority under this procurement. The Authority's detailed requirements will be set out in the framework agreement.
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
19/11/2018
Amser lleol: 17:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
20/11/2018
Amser lleol: 12:00
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
In accordance with the Authority's standing orders and good procurement practice
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
The Authority is adopting a two-envelope approach to this procurement. Tenderers will be required to pass certain suitability thresholds in order for their Tender to be reviewed further. Submissions for the suitability questions and the Tender will be submitted to separate folders on the Portal and Tenders will not be opened for any Tenderer which is unsuccessful in satisfying the suitability criteria.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=85482.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:85482)
The buyer considers that this contract is suitable for consortia.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court of England and Wales
Royal Courts of Justice
London
WC1A 2LL
UK
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
High Court of England and Wales
Royal Courts of Justice
London
WC1A 2LL
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
The Authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
11/10/2018