Construction Consultancy Services Framework
Multiple Lots. CDM Advisory Services – Lot No: 5.
United Kingdom-Haverfordwest: Architectural, construction, engineering and inspection services
2020/S 182-440834
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Meyler House, St Thomas’ Green
Town: Haverfordwest
NUTS code: UKL1 West Wales and The Valleys
Postal code: SA61 1QP
Country: United Kingdom
E-mail: judith.arnold@atebgroup.co.uk
Telephone: +44 1437763688
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA20225
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Construction Consultancy Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Construction consultancy services.
II.1.6)Information about lots
II.2.1)Title:
CDM Advisory Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is for CDM advisory services where ateb Group is seeking to appoint a maximum of 3 consultants.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Contract subject to renewal in 2024.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Architect Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot will be for architectural services seeking to appoint up to 5 consultants.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Contract will be subject to renewal in 2024.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Employer’s Agent Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot will be for employer’s Agent Services where ateb Group are seeking to appoint a maximum of 3 consultants.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Contract subject to renewal in 2024.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Structural and Civil Engineering Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is for structural and civil engineering services where ateb Group are seeking to appoint a maximum of 3 consultants.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Contract subject to renewal in 2024.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Consultants must hold the relevant accreditation as shown in the scope of works for each lot.
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
4 years time.
VI.3)Additional information:
Note: the authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=103848
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:
Work experience opportunities and support with community iniatives
(WA Ref:103848)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5)Date of dispatch of this notice: