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.

02 Contract Notice

Carmarthenshire Construction Professional Services Framework

  • First published: 27 April 2023
  • Last modified: 27 April 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-123771
Published by:
Carmarthenshire County Council
Authority ID:
AA0281
Publication date:
27 April 2023
Deadline date:
15 June 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Carmarthenshire County Council wishes to establish a new Construction Professional Services Framework and appoint suitably qualified Consultants to provide it with property-related project management and full design team services. The Framework will consist of discipline-specific lots, namely: - Architectural services - Mechanical, Electrical & Plumbing (MEP) Consultancy Services - Project Management and Cost Consultancy Services - Property Related Structural Engineering Services - Low Energy Consultancy Services - Planning Consultancy Services - Multi-Disciplinary Services CPV: 71000000, 71000000, 71300000, 71330000, 71334000, 71333000, 71321000, 71321300, 71220000, 71000000, 71200000, 71221000, 71210000, 71222000, 71240000, 71250000, 71000000, 71300000, 71310000, 71312000, 71240000, 71000000, 71300000, 71320000, 71322100, 71322000, 71324000, 71200000, 71240000, 71242000, 71244000, 71314000, 71314200, 71314300, 71000000, 71200000, 71240000, 71300000, 71400000, 71410000, 71000000, 71500000, 71540000, 71541000, 71530000, 71200000, 71300000, 71400000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Carmarthenshire County Council

County Hall

Carmarthen

SA31 1JP

UK

Contact person: Helen Beddow

Telephone: +44 7525188226

E-mail: ccpsf@carmarthenshire.gov.uk

NUTS: UKL14

Internet address(es)

Main address: http://www.carmarthenshire.gov.wales

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0281

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etenderwales.bravosolution.co.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Carmarthenshire Construction Professional Services Framework

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Carmarthenshire County Council wishes to establish a new Construction Professional Services Framework and appoint suitably qualified Consultants to provide it with property-related project management and full design team services.

The Framework will consist of discipline-specific lots, namely:

- Architectural services

- Mechanical, Electrical & Plumbing (MEP) Consultancy Services

- Project Management and Cost Consultancy Services

- Property Related Structural Engineering Services

- Low Energy Consultancy Services

- Planning Consultancy Services

- Multi-Disciplinary Services

II.1.5) Estimated total value

Value excluding VAT: 15 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

II.2) Description

Lot No: 1

II.2.1) Title

Architectural Services

II.2.2) Additional CPV code(s)

71220000

71000000

71200000

71221000

71210000

71222000

71240000

71250000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).

II.2.4) Description of the procurement

This lot will be for Architectural Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. Tenderers may only bid for one lot between Lots 1 and 4. If a tenderer bids for Lot 7, they cannot bid for Lots 1 to 4. Full details are provided in the tender documentation.

Lot No: 2

II.2.1) Title

Mechanical, Electrical & Plumbing Consultancy Services

II.2.2) Additional CPV code(s)

71000000

71300000

71330000

71334000

71333000

71321000

71321300

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).

II.2.4) Description of the procurement

This lot will be for Mechanical, Electrical and Plumbing (MEP) Consultancy Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. Tenderers may only bid for one lot between Lots 1 and 4. If a tenderer bids for Lot 7, they cannot bid for Lots 1 to 4. Full details are provided in the tender documentation.

Lot No: 3

II.2.1) Title

Project Management & Cost Consultancy

II.2.2) Additional CPV code(s)

71000000

71300000

71310000

71312000

71240000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).

II.2.4) Description of the procurement

This lot is for Project Management & Cost Consultancy services for commissions of all values. Up to 10 consultants to be appointed to this Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. Tenderers may only bid for one lot between Lots 1 and 4. If a tenderer bids for Lot 7, they cannot bid for Lots 1 to 4. Full details are provided in the tender documentation.

Lot No: 4

II.2.1) Title

Property Related Structural Engineering Services

II.2.2) Additional CPV code(s)

71000000

71300000

71320000

71322100

71322000

71324000

71200000

71240000

71242000

71244000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).

II.2.4) Description of the procurement

This lot is for Property Related Structural Engineering Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. Tenderers may only bid for one lot between Lots 1 and 4. If a tenderer bids for Lot 7, they cannot bid for Lots 1 to 4. Full details are provided in the tender documentation.

Lot No: 5

II.2.1) Title

Low Energy Consultancy Services

II.2.2) Additional CPV code(s)

71314000

71314200

71314300

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).

II.2.4) Description of the procurement

This lot is for Low Energy Consultancy Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

There are no restrictions for Lots 5 and 6, therefore tenderers may bid for one of the Lots between Lots 1 and 4, and Lots 5 and 6, or, they can bid for Lot 7 and Lots 5 and 6. Full details are provided in the tender documentation.

Lot No: 6

II.2.1) Title

Planning Consultancy Services

II.2.2) Additional CPV code(s)

71000000

71200000

71240000

71300000

71400000

71410000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).

II.2.4) Description of the procurement

This lot is for Planning Consultancy Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

There are no restrictions for Lots 5 and 6, therefore tenderers may bid for one of the Lots between Lots 1 and 4, and Lots 5 and 6, or, they can bid for Lot 7 and Lots 5 and 6. Full details are provided in the tender documentation.

Lot No: 7

II.2.1) Title

Multi-Disciplinary Services

II.2.2) Additional CPV code(s)

71000000

71500000

71540000

71541000

71530000

71200000

71300000

71400000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).

II.2.4) Description of the procurement

This lot will be for Multi-Disciplinary Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. If a tenderer bids for Lot 7, they cannot bid for any of Lots 1 to 4 but are permitted to bid for Lots 5 and 6. Full details are provided in the tender documentation.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 70

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-032704

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/06/2023

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 16/06/2023

Local time: 10:00

Place:

Carmarthenshire County Council Offices

Information about authorised persons and opening procedure:

Carmarthenshire County Council Officers

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

IMPORTANT TENDER INFORMATION

ETENDERWALES PORTAL - This procurement exercise will be conducted via the eTenderWales portal. To assist you in locating these opportunities on the eTenderWales portal, the project code is: project_51493.

The project comprises of one overarching Qualification Invitation to Tender (ITT), in addition to lot-specific ITTs. To constitute a valid tender, bidders are required to submit one completed overarching Qualification ITT AND a Lot-specific ITT (containing a Technical and Commercial Envelope) for EACH LOT they are tendering for. All tender documents such as the Framework Agreement, Instructions to Tenderers etc. are contained within the overarching Qualification ITT and the Lot-specific ITTs. To access the tender documents, please register your company on the eTenderWales portal at: www.etenderwales.bravosolution.co.uk

BUSINESS WALES EVENT - Business Wales will be facilitating a free live tender webinar specifically for those tendering for this Framework, to be held on 19/05/2023. Business Wales will offer advice and guidance on accessing the e-tender and submitting a bid. Registration is essential in order to reserve a place on the webinar. To register, please contact Business Wales on 01267 233749 or by email at: westwales@businesswales.org.uk

LOTTING RESTRICTIONS - Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. Tenderers may only bid for one lot between Lots 1 and 4. If a tenderer bids for Lot 7, they cannot bid for Lots 1 to 4. There are no restrictions for Lots 5 and 6, therefore tenderers may bid for one of the Lots between Lots 1 and 4, and Lots 5 and 6, or, they can bid for Lot 7 and Lots 5 and 6. Full details are provided in the tender documentation.

OTHER PARTICIPATING BODIES - This will be a Carmarthenshire County Council framework with neighbouring local authorities named as Other Participating Bodies (OPBs), in addition to any company (as defined by Section 1 the Companies Act 2006) which is wholly or partly owned by Carmarthenshire County Council, or by any of the Other Participating Bodies. The Other Participating Bodies which have an option to utilise the Framework but have made no commitment to their usage of the arrangement during its Term, are:

- Ceredigion County Council

- Neath Port Talbot County Borough Council

- Pembrokeshire County Council

- Swansea Council

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=130862

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:

Community Benefits are a mandatory requirement and consultants will be expected to actively deliver and monitor Community Benefits as part of this framework. Some requirements will be proportionate to call-off values (e.g. targeted recruitment and training) and some will not be linked to specific call-offs but deliverable across the framework duration (e.g. contributions to education). Full details are provided in the tender documentation.

(WA Ref:130862)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

27/04/2023

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71221000 Architectural services for buildings Architectural design services
71222000 Architectural services for outdoor areas Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
71500000 Construction-related services Architectural, construction, engineering and inspection services
71310000 Consultative engineering and construction services Engineering services
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
71320000 Engineering design services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71300000 Engineering services Architectural, construction, engineering and inspection services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71333000 Mechanical engineering services Miscellaneous engineering services
71330000 Miscellaneous engineering services Engineering services
71321300 Plumbing consultancy services Engineering design services for mechanical and electrical installations for buildings
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
71324000 Quantity surveying services Engineering design services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
71312000 Structural engineering consultancy services Consultative engineering and construction services
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
71410000 Urban planning services Urban planning and landscape architectural services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
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:
18 November 2022
Notice type:
01 Prior Information Notice (PIN)
Authority name:
Carmarthenshire County Council
Publication date:
27 April 2023
Deadline date:
15 June 2023 00:00
Notice type:
02 Contract Notice
Authority name:
Carmarthenshire County Council
Publication date:
21 November 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Carmarthenshire County Council

About the buyer

Main contact:
ccpsf@carmarthenshire.gov.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.