Contract notice
Section I: Contracting
authority
I.1) Name and addresses
LHC for the Welsh Procurement Alliance (WPA)
2-4 Vine Street
Uxbridge
UB8 1QE
UK
Telephone: +44 1895274800
E-mail: tim.oakley@lhc.gov.uk
NUTS: UKL
Internet address(es)
Main address: http://www.lhc.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405
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://procontract.due-north.com/Supplier/Advert/View?advertId=8e8c47b9-233f-e911-80f3-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Supplier/Advert/View?advertId=8e8c47b9-233f-e911-80f3-005056b64545
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Public sector framework provider
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
OffSite Project Integrator Wales
Reference number: OPI1 W
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
LHC is seeking innovative suppliers to support the development of an OffSite Housing Project Framework solution that covers every aspect of the management / integration of a call-off project from pre-project initiation and land assembly though brief preparation,design, manufacture, construction, installation, finishing, handover and review.
As the integrated product/service/works solution envisaged does not presently exist in the open market, LHC is proposing an Innovation Partnership procurement process, where economic operators are invited to develop the solution in a number of negotiated phases and finally submit bids to be awarded the OffSite Project Integrator Framework. Eligible public sector bodies will be able to call-off this framework over its lifetime which is envisaged (at this stage) to be a minimum of six years with the possibility of three two year extensions, with a maximum of twelve years duration. Candidates are required to complete a PQQ available on Proactis.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Various locations across the region.The framework terms allows for work to also be undertaken in other regions.
II.2.4) Description of the procurement
Undertake the services described in Section II Object.
II.2.5) Award criteria
Criteria below:
Quality criterion: Qualitative
/ Weighting: 80
Price
/ Weighting:
20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals:
3 (three) 24 month extensions.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
LHC uses the following ratios to evaluate each Tenderer’s financial status:
Turnover: this is calculated as twice the typical value for projects called off this framework. If a company’s turnover in each of the last 2 years exceeds 80000 GBP then it passes. Failure to meet the minimum turnoveramount will exclude the tenderer to further evaluation. For new start-ups, demonstrate financial status (e.g.forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank,charity accruals accounts or an alternative means of demonstrating financial status). LHC shall consider theinformation and may accept the company with or without financial restrictions.
Profitability: this is calculated as profit after tax but before dividends and minority interests.
Liquidity: this is calculated as current assets and work in progress, divided by current liabilities.
If a company passes both profitability and liquidity, the company meets the framework requirement.
If you fail either profitability or liquidity LHC shall require additional financial information from tenderers, andtake this into consideration in the financial assessment process and also obtain independent assessments on the financial information provided by the tenderer, or where applicable the Parent/Holding Company, and take this into consideration in the financial assessment, LHC shall consider the information and may accept the company with or without financial restrictions. Failure to meet both profitability and liquidity criteria will exclude the tenderer to further evaluation.
The ability to meet the ESPD/SQ form including, legal status, blacklisting, modern slavery, fair working practices and involvement/support of local community schemes as may be stated in a call-off contract. Further details are provided within the ITT documentation.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
List and brief description of selection criteria:
1) Meet the public procurement regulations requirements;
2) Financial and economical requirement as set out in the Contract Notice;
3) The following minimum levels of insurance whilst appointed to the framework:
(a) employer's liability insurance 5 000 000 GBP;
(b) public liability insurance 5 000 000 GBP;
(c) professional indemnity insurance 5 000 000 GBP.
Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Maintain professional ability thoughout the framework and each call-off contract period.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Innovation partnership
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.
Justification for any framework agreement duration exceeding 4 years: Depending on the nature and result of this Innovation Partnership procedure, companies may be required to invest significant resources to the delivery of the resources. If the result does not result in such commitment, LHC reserves the right to limit the duration of the framework to 48 months.
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:
2019/S 065-151540
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/08/2019
Local time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
06/09/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
LHC is a joint committee of local authorities acting as a central purchasing body on behalf of the Welsh Procurement Alliance (WPA).
Due to the reach and scale of LHC partners' portfolios, the framework aims to support the delivery of housing throughout Wales. Consequently, whilst not specifically consulted in the development of this framework, other contracting authorities as defined by the Public Contracts Regulations 2015 and as described in www.LHC/gov.uk/24 may also deem the framework to offer a value for money procurement solution for their requirements, and may also use the framework. However, bidders should only consider the opportunity presented by current and future members of the LHC when preparing and submitting their bids.
A sub-contract clause has been included in this contract.
Community benefits are included in this requirement. For more information see Schedule 1 of the FAC1 agreement included with the tender documents.
NOTE: To register your interest in this notice and obtain any additional information please visit the LHC portal https://procontract.due-north.com/Login.
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.
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:
to be determined at call-off stage.
(WA Ref:94117)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
LHC for the Welsh Procurement Alliance (WPA)
2-4 Vine Street
Uxbridge
UB8 1QE
UK
Telephone: +44 1895274800
Internet address(es)
URL: http://www.lhc.gov.uk
VI.5) Date of dispatch of this notice
18/07/2019