The procurement documents are available for unrestricted and full direct access, free of charge at:
  II.1.1) Title
Modern Methods of Construction (MMC) New Homes Framework
            Reference number: NH3
  II.1.2) Main CPV code
  45000000
 
  II.1.3) Type of contract
  Works
  II.1.4) Short description
  LHC on behalf of the Welsh Procurement Alliance (WPA) is seeking interest from suitable organisations for our Modern Methods of Construction (MMC) New Homes Framework (NH3).
  This is a national framework and is being procured on behalf of:
  Welsh Procurement Alliance (WPA)
  Scottish Procurement Alliance (SPA)
  South-West Procurement Alliance (SWPA)
  Consortium Procurement Construction (CPC)
  LHC
  This framework is the successor to our popular Offsite Construction of New Homes Framework - NH2 and will be for the construction of Modern Methods of Construction (MMC) New Homes and associated works.
  The framework consists of 4 (four) workstreams and each workstream has multiple lots bidders can apply for. As follows:
  Workstream 1 - Three Dimensional (3D) Modular Systems – Category 1
  Workstream 2 - Two Dimensional (2D) Panelised Systems – Category 2
  Workstream 3 – Main Contractors Delivering MMC Solutions
  Workstream 4 - Groundworks and Site preparation for MMC Housing Projects
  To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
  Bidders will be required to meet a minimum turnover requirement for each lot (please refer to ITT).
  LHC will conduct a financial assessment. This assessment will allow LHC to carry out a robust assessment of a Bidders' financial standing.
  The assessment will have 2 stages:
  1) Credit score - LHC will use Creditsafe to carry out initial checking of a Bidders' financial status.
  2) Profitability, Stability and Liquidity Assessment - Bidders will be assessed on their financial stability based on a range of financial information obtained from the Bidders annual accounts.
  Bidders will be required to have the following minimum levels of insurance:
  AAll lots except lot 9 & 18
  Employers (Compulsory) Liability Insurance: 5,000,000 GBP
  Public Liability Insurance: 5,000,000 GBP
  Professional Indemnity Insurance: 2,000,000 GBP
  Lots 9 & 18
  Employers (Compulsory) Liability Insurance: 5,000,000 GBP
  Public Liability Insurance: 5,000,000 GBP
  Technical requirements:
  Bidders are required to have the following:
  All Bidders:
  Health & Safety ISO 45001 (please refer to ITT for accepted equivalents)
  Lots 1-7, 8, 10, 11-17:
  Environmental Management ISO 14001 (please refer to ITT for accepted equivalents)
  Quality Management ISO 9001 (please refer to ITT for accepted equivalents)
  II.1.5) Estimated total value
  Value excluding VAT: 
			100 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  
                    Tenders may be submitted for maximum 18 lots
                  
 
  
          Lot No: 1
  
    II.2.1) Title
    Lot 1 – 3D Modular Low Rise Housing and Apartments up to 11m - 0 - 9 Units
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 1 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 2
  
    II.2.1) Title
    Lot 2 – 3D Modular Low Rise Housing and Apartments up to 11m - 10 - 19 Units
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 2 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 3
  
    II.2.1) Title
    Lot 3 – 3D Modular Low Rise Housing and Apartments up to 11m - 20 - 49 Units
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 3 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 4
  
    II.2.1) Title
    Lot 4 – 3D Modular Low Rise Housing and Apartments up to 11m - 50+ Units
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 4 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 5
  
    II.2.1) Title
    Lot 5 - 3D Modular High Rise Housing - 11m or Higher
    II.2.2) Additional CPV code(s)
    45211000
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 5 covers Medium to High Rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot covers projects for Medium to High rise developments with floor heights above 11m covering flats/apartments and mixed use projects.
    This workstream also allows for the installation of volumetric units.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 6
  
    II.2.1) Title
    Lot 6 - 3D Modular Independent & Assisted Housing and Care Homes
    II.2.2) Additional CPV code(s)
    45211200
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 6 covers the provision of specialist housing including Care Homes, Extra Care Housing, Sheltered Housing and Assisted Living Housing. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed.
    This workstream also allows for the installation of volumetric units.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 7
  
    II.2.1) Title
    Lot 7 - 3D Modular Adaptive Pods
    II.2.2) Additional CPV code(s)
    45211200
    45211310
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 7 covers the requirement for units to provide additional accommodation (Assisted bathrooms/Bedrooms etc for disabled users) as a single storey extension for existing housing units. The internal design and layout will be bespoke to meet the specific end user requirements.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 8
  
    II.2.1) Title
    Lot 8 - 2D Panelised Systems – Supply Only
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211200
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 8 will cover the supply only of panelised systems including systems such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives.
    Bidders will be able to provide:
    - Basic frames (2a)
    - Enhanced insulations and lining materials (2b)
    - Further enhanced including windows and cladding (2c)
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 9
  
    II.2.1) Title
    Lot 9 - 2D Panelised Systems – Installers
    II.2.2) Additional CPV code(s)
    45223800
    45211000
    45211100
    45211200
    45211300
    45211340
    45211341
    45211350
    45211360
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 9 is for installation panelised systems, such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives by specialist installers.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 65%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 10
  
    II.2.1) Title
    Lot 10 - 2D Panelised Systems – Supply and Installation
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211200
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 10 will cover the supply and installation of panelised systems including systems such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives.
    Bidders will be able to provide:
    - Basic frames (2a)
    - Enhanced insulations and lining materials (2b)
    - Further enhanced including windows and cladding (2c)
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 11
  
    II.2.1) Title
    Lot 11 - Main Contractors Low Rise Housing and Apartments up to 11m – 0 - 9 Units
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 11 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property  This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
    This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 12
  
    II.2.1) Title
    Lot 12 - Main Contractors Low Rise Housing and Apartments up to 11m – 10 - 19 Units
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    45100000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 12 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property  This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
    This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    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
            
   
  
          Lot No: 13
  
    II.2.1) Title
    Lot 13 - Main Contractors Low Rise Housing and Apartments up to 11m – 20 - 49 Units
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    45100000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 13 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property  This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
    This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    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
            
   
  
          Lot No: 14
  
    II.2.1) Title
    Lot 14 - Main Contractors Low Rise Housing and Apartments up to 11m - 50+ Units
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    45100000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 14 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property  This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
    This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 15
  
    II.2.1) Title
    Lot 15 - Main Contractors High Rise Housing - 11m or Higher
    II.2.2) Additional CPV code(s)
    45211000
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    45100000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 15 covers projects for Medium to High rise developments with floor heights above 11m covering flats/apartments and mixed use projects. This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
    This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 16
  
    II.2.1) Title
    Lot 16 - Main Contractors Care Homes and Specialised Housing
    II.2.2) Additional CPV code(s)
    45211200
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 16 covers the provision of specialist housing including Care Homes, Extra Care Housing, Sheltered Housing and Assisted Living Housing. This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.
    This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
    To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 17
  
    II.2.1) Title
    Lot 17 - Main Contractors ‘Room on the Roof’
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211200
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    45223800
    45223810
    45223820
    45223821
    45223822
    45453100
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 17 covers the provision of additional residential accommodation on top of an existing building, (this will include the accommodation and all associated works). In addition to the room on the roof accommodation, refurbishment and energy efficiency measures may need to be provided to the existing building as part of the project.
    This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.
    This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 18
  
    II.2.1) Title
    Lot 18 - Groundworks and Associated Works
    II.2.2) Additional CPV code(s)
    45100000
    45211000
    45211100
    45211200
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Lot 18 is for the provision of Groundworks and associated services encompassing:
    - Ground Works
    - Civil Engineering and Drainage
    - Roadworks and S278 Works
    - Site Setup and enabling works
    - Hard landscaping
    - Geotechnical and exploratory ground investigation and surveys
    - Remediation
    - Drainage
    - Foundations
    - Retaining Wall
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 65%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 19
  
    II.2.1) Title
    Lot 19 – Workstream 1 3D Modular Low Rise Housing Super Lot
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Bidders will not specifically apply to be on the Workstream 1 3D Modular Low Rise Housing Super Lot.
    Following the evaluation process all companies appointed to one or more of the low rise housing lots 1-4 will be automatically added to the respective superlot.
    The super lot can be used for call off opportunities where one of the following criteria applies:
    - A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.
    - Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.
    No ranking will be applied within the super lot, and call off will be through mini competition only
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
  
          Lot No: 20
  
    II.2.1) Title
    Main Contractors Low Rise Housing Super Lot
    II.2.2) Additional CPV code(s)
    45211000
    45211100
    45211300
    45211340
    45211341
    45211350
    45211360
    44211100
    44211000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    Bidders will not specifically apply to be on the Workstream 3 Main Contractors Low Rise Housing Super Lot.
    Following the evaluation process all companies appointed to one or more of the main contractors low rise housing lots 11-14 will be automatically added to the respective superlot.
    The super lot can be used for call off opportunities where one of the following criteria applies:
    - A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.
    - Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.
    No ranking will be applied within the super lot, and call off will be through mini competition only
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Capability
                    / Weighting: 50%
    
                    Quality criterion: Factory Assessment
                    / Weighting: 15%
    
                    Quality criterion: Regional/Social Value
                    / Weighting: 15%
    
                    Price
                    
                      / Weighting: 
                      20%
    II.2.6) Estimated value
    Value excluding VAT: 
			100 000 000.00 
			  GBP
    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
            
   
 
WPA / LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including members of the Welsh Procurement Alliance).
Thanks to the ongoing and collective feedback and input into the development of this framework, it is both designed and anticipated to support the vast majority of our clients’ and partners’ requirements.
Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework.
As of the date of publication of this notice our frameworks may be used by all contracting authorities in Wales as defined by the Public Contracts Regulations 2015 and as listed on https://www.welshprocurement.cymru/who-we-work-with/, including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm’s length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.
Bidders must beware that WPA Partners may add community benefit requirements in their call-off contracts from this Framework including but not limited to:
- Generating education, employment and vocational training opportunities for priority groups and for up-skilling the existing workforce;
- Making sub-contracting opportunities available to SMEs, local organisations, the third sector and supported businesses;
Please use the following link to access the tender on LHC's eTendering portal.
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:
WPA have established the WPA Community Benefit Fund. The fund is being utilised by our Executive Committee Members to reinvest funds generated by WPA activity back into their own communities.
WPA work in partnership with Community Foundation Wales who work alongside our Members to get the best possible return for their communities.
The buyer considers that this contract is suitable for consortia.