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

North and Mid-Wales Residential Construction Framework

  • First published: 30 October 2019
  • Last modified: 30 October 2019
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-096669
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
30 October 2019
Deadline date:
27 November 2019
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

LHC is a joint committee of local authorities acting as the Central Purchasing Body for WPA to set up a Framework for Residential Construction (and any associated community buildings) across North and Mid-Wales. WPA is currently consulting with over 20 Contracting Authorities across North Wales with a potential development pipeline of 5000 Houses, plus Accommodation units. So far, Contracting Authorities (who have asked to be named as potential commissioners) have stated indicative targets of 2,420 homes. Angelsey 60 by 2023 Cartrefi Cymunedol Gwynnedd 550 by 2020 Cartrefi Conwy 250 by 2024 Clwyd Alyn 400-500 by 2023 Flintshire 300 by 2023 Grŵp Cynefin 360 by 2022 North East Wales Homes Limited 200 by 2022 North Wales HA 200 by 2023 Wrexham County Borough Council - TBC These targets are indicative and not a formal commitment to use this Framework. Other Contracting Authorities as per the Public Contracts Regulations 2015 and as described in www.lhc.gov.uk/24 may also use the Framework. CPV: 45211000, 45211000, 09323000, 45212000, 71321100, 45211000, 09323000, 45212000, 71321100, 45211000, 09323000, 45212000, 71321100, 45211000, 09323000, 45212000, 71321100, 45211000, 09323000, 45212000, 71321100, 45211000, 09323000, 45212000, 71321100, 45211000, 09323000, 71321100, 45212000, 45211000, 09323000, 45212000, 71321100, 45211000, 09323000, 45212000, 71321100.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

Regus House, Falcon Drive

Cardiff

CF10 4RU

UK

Contact person: Jo Parkes-Newton

Telephone: +44 7590266515

E-mail: jo@welshprocurement.cymru

NUTS: UK

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/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Login


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Public Sector Framework Tendering Organisation

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

North and Mid-Wales Residential Construction Framework

Reference number: H1NW

II.1.2) Main CPV code

45211000

 

II.1.3) Type of contract

Works

II.1.4) Short description

LHC is a joint committee of local authorities acting as the Central Purchasing Body for WPA to set up a Framework for Residential Construction (and any associated community buildings) across North and Mid-Wales. WPA is currently consulting with over 20 Contracting Authorities across North Wales with a potential development pipeline of 5000 Houses, plus Accommodation units. So far, Contracting Authorities (who have asked to be named as potential commissioners) have stated indicative targets of 2,420 homes.

Angelsey 60 by 2023

Cartrefi Cymunedol Gwynnedd 550 by 2020

Cartrefi Conwy 250 by 2024

Clwyd Alyn 400-500 by 2023

Flintshire 300 by 2023

Grŵp Cynefin 360 by 2022

North East Wales Homes Limited 200 by 2022

North Wales HA 200 by 2023

Wrexham County Borough Council - TBC

These targets are indicative and not a formal commitment to use this Framework. Other Contracting Authorities as per the Public Contracts Regulations 2015 and as described in www.lhc.gov.uk/24 may also use the Framework.

II.1.5) Estimated total value

Value excluding VAT: 1 000 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 9 lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

There are 9 'county' Areas plus a Super-lot(10). Each is split into 4 Value-Bands making 40 Lots in all. Bidders may apply for Lots in 2 Value-Bands (so 20 max). WPA may combine Lots (either within an Area or by Value-Bands across Areas), where genuine competition will not otherwise be created e.g. due to an insufficient number of Bidders. Please see section VI.3 for further details.

II.2) Description

Lot No: 1

II.2.1) Title

Ynys Môn (Anglesey)

II.2.2) Additional CPV code(s)

45211000

09323000

45212000

71321100

II.2.3) Place of performance

NUTS code:

UKL11


Main site or place of performance:

Ynys Môn (Anglesey)

II.2.4) Description of the procurement

Residential Construction in Ynys Môn (Anglesey.

The proposed lot structure consists of 9 lots across 8 North and Mid-Wales Areas: Ynys Môn (Anglesey); Gwynedd; Conwy; Sir Ddinbych (Denbighshire); Sir y Fflint (Flintshire); Wrecsam (Wrexham); Ceredigion; North and South Powys. Plus, an additional 'All Areas lot - covering lots 1 - 9 (the Super-Lot)'. Please see the Procurement Documents for further details.

The Works (including associated Services and / or Supplies) to be delivered are new build housing projects, including housing, bungalows, flats, apartments, care homes etc. WPA anticipates a wide range of projects being delivered under the Framework, from single smaller sites to complex multi-site projects.

This is reflected in a Value-Banded Lot structure within each Area (and the 'all Areas 1-9' (Super-Lot)),

for delivery of developments of varying sizes: up to 5 units; 6 – 15 units; 16 – 49 units; 50 units and above.

The Framework also provides for the delivery of associated community buildings to residential developments (such as hubs and sporting facilities e.g. meeting places; health and care centres; recreational facilities and libraries). Plus, any associated commercial facilities such as car parks and retail units. However, whilst scope for this associated development is included, Bidders will not be substantively evaluated on this aspect of development, rather Clients seeking to commission such developments (permissible only as incidental to a residential scheme) will carry out a mini-competition. Capability to compete such developments is also not criteria for selection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework may be renewed after 40 months from the commencement date.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

WPA aims to shortlist a minimum of 5 bidders for each of the 4 Value-Banded lots within this Area.

Please refer to the Procurement Documents for the objective criteria for choosing the limited number of candidates.

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

Scope includes associated land purchases and financing; energy efficient buildings (e.g. by using a fabric first approach), using Modern Methods of Construction, timber framed dwellings and the installation of district heating systems. However, these are options only and Bidders will not have to demonstrate the capability to deliver such developments to be awarded a place on the Framework.

Lot No: 2

II.2.1) Title

Gwynedd

II.2.2) Additional CPV code(s)

45211000

09323000

45212000

71321100

II.2.3) Place of performance

NUTS code:

UKL12


Main site or place of performance:

Gwynedd

II.2.4) Description of the procurement

Residential Construction in Gwynedd

The proposed lot structure consists of 9 lots across 8 North and Mid-Wales Areas: Ynys Môn (Anglesey); Gwynedd; Conwy; Sir Ddinbych (Denbighshire); Sir y Fflint (Flintshire); Wrecsam (Wrexham); Ceredigion; North and South Powys. Plus, an additional 'All Areas lot - covering lots 1 - 9 (the Super-Lot)'. Please see the Procurement Documents for further details.

The Works (including associated Services and / or Supplies) to be delivered are new build housing projects, including housing, bungalows, flats, apartments, care homes etc. WPA anticipates a wide range of projects being delivered under the Framework, from single smaller sites to complex multi-site projects.

This is reflected in a Value-Banded Lot structure within each Area (and the 'all Areas 1-9' (Super-Lot)),

for delivery of developments of varying sizes: up to 5 units; 6 – 15 units; 16 – 49 units; 50 units and above.

The Framework also provides for the delivery of associated community buildings to residential developments (such as hubs and sporting facilities e.g. meeting places; health and care centres; recreational facilities and libraries). Plus, any associated commercial facilities such as car parks and retail units. However, whilst scope for this associated development is included, Bidders will not be substantively evaluated on this aspect of development, rather Clients seeking to commission such developments (permissible only as incidental to a residential scheme) will carry out a mini-competition. Capability to compete such developments is also not criteria for selection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework may be renewed after 40 months from the commencement date.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

WPA aims to shortlist a minimum of 5 bidders for each of the 4 Value-Banded lots within this Area.

Please refer to the Procurement Documents for the objective criteria for choosing the limited number of candidates.

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

Scope includes associated land purchases and financing; energy efficient buildings (e.g. by using a fabric first approach), using Modern Methods of Construction, timber framed dwellings and the installation of district heating systems. However, these are options only and Bidders will not have to demonstrate the capability to deliver such developments to be awarded a place on the Framework.

Lot No: 3

II.2.1) Title

Conwy

II.2.2) Additional CPV code(s)

45211000

09323000

45212000

71321100

II.2.3) Place of performance

NUTS code:

UKL13


Main site or place of performance:

Conwy

II.2.4) Description of the procurement

Residential Construction in Conwy

The proposed lot structure consists of 9 lots across 8 North and Mid-Wales Areas: Ynys Môn (Anglesey); Gwynedd; Conwy; Sir Ddinbych (Denbighshire); Sir y Fflint (Flintshire); Wrecsam (Wrexham); Ceredigion; North and South Powys. Plus, an additional 'All Areas lot - covering lots 1 - 9 (the Super-Lot)'. Please see the Procurement Documents for further details.

The Works (including associated Services and / or Supplies) to be delivered are new build housing projects, including housing, bungalows, flats, apartments, care homes etc. WPA anticipates a wide range of projects being delivered under the Framework, from single smaller sites to complex multi-site projects.

This is reflected in a Value-Banded Lot structure within each Area (and the 'all Areas 1-9' (Super-Lot)),

for delivery of developments of varying sizes: up to 5 units; 6 – 15 units; 16 – 49 units; 50 units and above.

The Framework also provides for the delivery of associated community buildings to residential developments (such as hubs and sporting facilities e.g. meeting places; health and care centres; recreational facilities and libraries). Plus, any associated commercial facilities such as car parks and retail units. However, whilst scope for this associated development is included, Bidders will not be substantively evaluated on this aspect of development, rather Clients seeking to commission such developments (permissible only as incidental to a residential scheme) will carry out a mini-competition. Capability to compete such developments is also not criteria for selection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework may be renewed after 40 months from the commencement date.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

WPA aims to shortlist a minimum of 5 bidders for each of the 4 Value-Banded lots within this Area.

Please refer to the Procurement Documents for the objective criteria for choosing the limited number of candidates.

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

Scope includes associated land purchases and financing; energy efficient buildings (e.g. by using a fabric first approach), using Modern Methods of Construction, timber framed dwellings and the installation of district heating systems. However, these are options only and Bidders will not have to demonstrate the capability to deliver such developments to be awarded a place on the Framework.

Lot No: 4

II.2.1) Title

Sir Ddinbych (Denbighshire)

II.2.2) Additional CPV code(s)

45211000

09323000

45212000

71321100

II.2.3) Place of performance

NUTS code:

UKL13


Main site or place of performance:

Sir Ddinbych (Denbighshire)

II.2.4) Description of the procurement

Residential Construction in Sir Ddinbych (Denbighshire)

The proposed lot structure consists of 9 lots across 8 North and Mid-Wales Areas: Ynys Môn (Anglesey); Gwynedd; Conwy; Sir Ddinbych (Denbighshire); Sir y Fflint (Flintshire); Wrecsam (Wrexham); Ceredigion; North and South Powys. Plus, an additional 'All Areas lot - covering lots 1 - 9 (the Super-Lot)'. Please see the Procurement Documents for further details.

The Works (including associated Services and / or Supplies) to be delivered are new build housing projects, including housing, bungalows, flats, apartments, care homes etc. WPA anticipates a wide range of projects being delivered under the Framework, from single smaller sites to complex multi-site projects.

This is reflected in a Value-Banded Lot structure within each Area (and the 'all Areas 1-9' (Super-Lot)),

for delivery of developments of varying sizes: up to 5 units; 6 – 15 units; 16 – 49 units; 50 units and above.

The Framework also provides for the delivery of associated community buildings to residential developments (such as hubs and sporting facilities e.g. meeting places; health and care centres; recreational facilities and libraries). Plus, any associated commercial facilities such as car parks and retail units. However, whilst scope for this associated development is included, Bidders will not be substantively evaluated on this aspect of development, rather Clients seeking to commission such developments (permissible only as incidental to a residential scheme) will carry out a mini-competition. Capability to compete such developments is also not criteria for selection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework may be renewed after 40 months from the commencement date.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

WPA aims to shortlist a minimum of 5 bidders for each of the 4 Value-Banded lots within this Area.

Please refer to the Procurement Documents for the objective criteria for choosing the limited number of candidates.

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

Scope includes associated land purchases and financing; energy efficient buildings (e.g. by using a fabric first approach), using Modern Methods of Construction, timber framed dwellings and the installation of district heating systems. However, these are options only and Bidders will not have to demonstrate the capability to deliver such developments to be awarded a place on the Framework.

Lot No: 5

II.2.1) Title

Sir y Fflint (Flintshire)

II.2.2) Additional CPV code(s)

45211000

09323000

45212000

71321100

II.2.3) Place of performance

NUTS code:

UKL23


Main site or place of performance:

Sir y Fflint (Flintshire)

II.2.4) Description of the procurement

Residential Construction in Sir y Fflint (Flintshire)

The proposed lot structure consists of 9 lots across 8 North and Mid-Wales Areas: Ynys Môn (Anglesey); Gwynedd; Conwy; Sir Ddinbych (Denbighshire); Sir y Fflint (Flintshire); Wrecsam (Wrexham); Ceredigion; North and South Powys. Plus, an additional 'All Areas lot - covering lots 1 - 9 (the Super-Lot)'. Please see the Procurement Documents for further details.

The Works (including associated Services and / or Supplies) to be delivered are new build housing projects, including housing, bungalows, flats, apartments, care homes etc. WPA anticipates a wide range of projects being delivered under the Framework, from single smaller sites to complex multi-site projects.

This is reflected in a Value-Banded Lot structure within each Area (and the 'all Areas 1-9' (Super-Lot)),

for delivery of developments of varying sizes: up to 5 units; 6 – 15 units; 16 – 49 units; 50 units and above.

The Framework also provides for the delivery of associated community buildings to residential developments (such as hubs and sporting facilities e.g. meeting places; health and care centres; recreational facilities and libraries). Plus, any associated commercial facilities such as car parks and retail units. However, whilst scope for this associated development is included, Bidders will not be substantively evaluated on this aspect of development, rather Clients seeking to commission such developments (permissible only as incidental to a residential scheme) will carry out a mini-competition. Capability to compete such developments is also not criteria for selection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework may be renewed after 40 months from the commencement date.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

WPA aims to shortlist a minimum of 5 bidders for each of the 4 Value-Banded lots within this Area.

Please refer to the Procurement Documents for the objective criteria for choosing the limited number of candidates.

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

Scope includes associated land purchases and financing; energy efficient buildings (e.g. by using a fabric first approach), using Modern Methods of Construction, timber framed dwellings and the installation of district heating systems. However, these are options only and Bidders will not have to demonstrate the capability to deliver such developments to be awarded a place on the Framework.

Lot No: 6

II.2.1) Title

Wrecsam (Wrexham)

II.2.2) Additional CPV code(s)

45211000

09323000

45212000

71321100

II.2.3) Place of performance

NUTS code:

UKL23


Main site or place of performance:

Wrecsam (Wrexham)

II.2.4) Description of the procurement

Residential Construction in Wrecsam (Wrexham)

The proposed lot structure consists of 9 lots across 8 North and Mid-Wales Areas: Ynys Môn (Anglesey); Gwynedd; Conwy; Sir Ddinbych (Denbighshire); Sir y Fflint (Flintshire); Wrecsam (Wrexham); Ceredigion; North and South Powys. Plus, an additional 'All Areas lot - covering lots 1 - 9 (the Super-Lot)'. Please see the Procurement Documents for further details.

The Works (including associated Services and / or Supplies) to be delivered are new build housing projects, including housing, bungalows, flats, apartments, care homes etc. WPA anticipates a wide range of projects being delivered under the Framework, from single smaller sites to complex multi-site projects.

This is reflected in a Value-Banded Lot structure within each Area (and the 'all Areas 1-9' (Super-Lot)),

for delivery of developments of varying sizes: up to 5 units; 6 – 15 units; 16 – 49 units; 50 units and above.

The Framework also provides for the delivery of associated community buildings to residential developments (such as hubs and sporting facilities e.g. meeting places; health and care centres; recreational facilities and libraries). Plus, any associated commercial facilities such as car parks and retail units. However, whilst scope for this associated development is included, Bidders will not be substantively evaluated on this aspect of development, rather Clients seeking to commission such developments (permissible only as incidental to a residential scheme) will carry out a mini-competition. Capability to compete such developments is also not criteria for selection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework may be renewed after 40 months from the commencement date.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

WPA aims to shortlist a minimum of 5 bidders for each of the 4 Value Banded lots within this Area.

Please refer to the Procurement Documents for the objective criteria for choosing the limited number of candidates.

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

Scope includes associated land purchases and financing; energy efficient buildings (e.g. by using a fabric first approach), using Modern Methods of Construction, timber framed dwellings and the installation of district heating systems. However, these are options only and Bidders will not have to demonstrate the capability to deliver such developments to be awarded a place on the Framework.

Lot No: 7

II.2.1) Title

Ceredigion

II.2.2) Additional CPV code(s)

45211000

09323000

71321100

45212000

II.2.3) Place of performance

NUTS code:

UKL14


Main site or place of performance:

Ceredigion

II.2.4) Description of the procurement

Residential Construction in Ceredigion

The proposed lot structure consists of 9 lots across 8 North and Mid-Wales Areas: Ynys Môn (Anglesey); Gwynedd; Conwy; Sir Ddinbych (Denbighshire); Sir y Fflint (Flintshire); Wrecsam (Wrexham); Ceredigion; North and South Powys. Plus, an additional 'All Areas lot - covering lots 1 - 9 (the Super-Lot)'. Please see the Procurement Documents for further details.

The Works (including associated Services and / or Supplies) to be delivered are new build housing projects, including housing, bungalows, flats, apartments, care homes etc. WPA anticipates a wide range of projects being delivered under the Framework, from single smaller sites to complex multi-site projects.

This is reflected in a Value-Banded Lot structure within each Area (and the 'all Areas 1-9' (Super-Lot)),

for delivery of developments of varying sizes: up to 5 units; 6 – 15 units; 16 – 49 units; 50 units and above.

The Framework also provides for the delivery of associated community buildings to residential developments (such as hubs and sporting facilities e.g. meeting places; health and care centres; recreational facilities and libraries). Plus, any associated commercial facilities such as car parks and retail units. However, whilst scope for this associated development is included, Bidders will not be substantively evaluated on this aspect of development, rather Clients seeking to commission such developments (permissible only as incidental to a residential scheme) will carry out a mini-competition. Capability to compete such developments is also not criteria for selection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework may be renewed after 40 months from the commencement date.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

WPA aims to shortlist a minimum of 5 bidders for each of the 4 Value-Banded lots within this Area.

Please refer to the Procurement Documents for the objective criteria for choosing the limited number of candidates.

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

Scope includes associated land purchases and financing; energy efficient buildings (e.g. by using a fabric first approach), using Modern Methods of Construction, timber framed dwellings and the installation of district heating systems. However, these are options only and Bidders will not have to demonstrate the capability to deliver such developments to be awarded a place on the Framework.

Lot No: 8

II.2.1) Title

North Powys

II.2.2) Additional CPV code(s)

45211000

09323000

45212000

71321100

II.2.3) Place of performance

NUTS code:

UKL24


Main site or place of performance:

North Powys

II.2.4) Description of the procurement

Residential Construction in North Powys

The proposed lot structure consists of 9 lots across 8 North and Mid-Wales Areas: Ynys Môn (Anglesey); Gwynedd; Conwy; Sir Ddinbych (Denbighshire); Sir y Fflint (Flintshire); Wrecsam (Wrexham); Ceredigion; North and South Powys. Plus, an additional 'All Areas lot - covering lots 1 - 9 (the Super-Lot)'. Please see the Procurement Documents for further details.

The Works (including associated Services and / or Supplies) to be delivered are new build housing projects, including housing, bungalows, flats, apartments, care homes etc. WPA anticipates a wide range of projects being delivered under the Framework, from single smaller sites to complex multi-site projects.

This is reflected in a Value-Banded Lot structure within each Area (and the 'all Areas 1-9' (Super-Lot)),

for delivery of developments of varying sizes: up to 5 units; 6 – 15 units; 16 – 49 units; 50 units and above.

The Framework also provides for the delivery of associated community buildings to residential developments (such as hubs and sporting facilities e.g. meeting places; health and care centres; recreational facilities and libraries). Plus, any associated commercial facilities such as car parks and retail units. However, whilst scope for this associated development is included, Bidders will not be substantively evaluated on this aspect of development, rather Clients seeking to commission such developments (permissible only as incidental to a residential scheme) will carry out a mini-competition. Capability to compete such developments is also not criteria for selection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework may be renewed after 40 months from the commencement date.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

WPA aims to shortlist a minimum of 5 bidders for each of the 4 Value-Banded lots within this Area.

Please refer to the Procurement Documents for the objective criteria for choosing the limited number of candidates.

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

Scope includes associated land purchases and financing; energy efficient buildings (e.g. by using a fabric first approach), using Modern Methods of Construction, timber framed dwellings and the installation of district heating systems. However, these are options only and Bidders will not have to demonstrate the capability to deliver such developments to be awarded a place on the Framework.

Lot No: 9

II.2.1) Title

South Powys

II.2.2) Additional CPV code(s)

45211000

09323000

45212000

71321100

II.2.3) Place of performance

NUTS code:

UKL24


Main site or place of performance:

South Powys

II.2.4) Description of the procurement

Residential Construction in South Powys

The proposed lot structure consists of 9 lots across 8 North and Mid-Wales Areas: Ynys Môn (Anglesey); Gwynedd; Conwy; Sir Ddinbych (Denbighshire); Sir y Fflint (Flintshire); Wrecsam (Wrexham); Ceredigion; North and South Powys. Plus, an additional 'All Areas lot - covering lots 1 - 9 (the Super-Lot)'. Please see the Procurement Documents for further details.

The Works (including associated Services and / or Supplies) to be delivered are new build housing projects, including housing, bungalows, flats, apartments, care homes etc. WPA anticipates a wide range of projects being delivered under the Framework, from single smaller sites to complex multi-site projects.

This is reflected in a Value-Banded Lot structure within each Area (and the 'all Areas 1-9' (Super-Lot)),

for delivery of developments of varying sizes: up to 5 units; 6 – 15 units; 16 – 49 units; 50 units and above.

The Framework also provides for the delivery of associated community buildings to residential developments (such as hubs and sporting facilities e.g. meeting places; health and care centres; recreational facilities and libraries). Plus, any associated commercial facilities such as car parks and retail units. However, whilst scope for this associated development is included, Bidders will not be substantively evaluated on this aspect of development, rather Clients seeking to commission such developments (permissible only as incidental to a residential scheme) will carry out a mini-competition. Capability to compete such developments is also not criteria for selection.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework may be renewed after 40 months from the commencement date.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

WPA aims to shortlist a minimum of 5 bidders for each of the 4 Value-Banded lots within this Area.

Please refer to the Procurement Documents for the objective criteria for choosing the limited number of candidates.

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

Scope includes associated land purchases and financing; energy efficient buildings (e.g. by using a fabric first approach), using Modern Methods of Construction, timber framed dwellings and the installation of district heating systems. However, these are options only and Bidders will not have to demonstrate the capability to deliver such developments to be awarded a place on the Framework.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Not Applicable

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.2.2) Contract performance conditions

The Framework will commission Community Benefits as central (core objectives) to the procurement of developments. Contract performance conditions will in particular concern social and environmental objectives and part of the assessment of these benefits will include measurement using the Welsh Community Benefits Toolkit. The key pillars of the measurement tool can be accessed by pasting the

following address into your browser:

http://prp.wales.gov.uk/planners/general/strategy/procstrat/communitybenefits/

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

Restricted 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.

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 191-463332

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

Date: 27/11/2019

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/12/2019

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: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The Framework may be renewed after 40 months from the commencement date.

VI.3) Additional information

The 36 Lots are across 9 Areas, split into 4 Value-Bands. Bidders may apply for a maximum of 2 Lots out of the 4 Value-Bands in each Area, making a total of 18 Lots (2 Value-Bands x 9 Areas). Plus, a 'Super-lot' will be created from the highest-ranked Bidder for each Area Value-Band. Bidders will only be able to accept 1 offer of appointment to the Super-Lot for each Value-Band. (Making a maximum of 20 Lot awards per Bidder. 18 Areas plus 2 Super-lots). Any unaccepted Super-Lot appointment offer(s) will be cascaded to the next highest-ranking Bidder within the Lot.

WPA also reserves the right to combine Lots (within an Area or by Value-Bands (across Areas), where it is considered necessary to create genuine competition e.g. due to insufficient Bidder numbers.

Please note that Procurement Documents will be available from 12:00 noon on the date of publication of this Notice on TED (or the next working day). Access the Documents via the following address:

https://procontract.due-north.com/Login

Organisations will have to register to obtain the Documents, but this requires the completion of basic details only. Once registered, click on 'Find Opportunities' and enter 'LHC' in the ‘Organisation Name’ and then 'Update'.

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

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:

All contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

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:

Clauses are detailed in the Procurement Documents and include

- Use of Payment Bank Accounts and adherence to the Prompt Payment Code.

- Creation of employment opportunities, workforce and training initiatives such as jobs, apprenticeships, work placements, internships and training courses.

- Assurance of equality in the workplace through equal pay and payment of the Living Wage.

- Adherence to initiatives to eliminate Modern Slavery.

- Payment of the National Living Wage and Minimum Wage.

- Environmental protection, reduction of negative environmental impacts and creation of environmental improvements.

- Increased social value through community engagement and consultation.

- Contribution to economic regeneration including using local sub-contractors, labour force and the creation of capacity building such as working with MSMEs and VCSEs,

- Benefits to the community via cohesive, integrated and accessible developments with enhanced facilities and connectivity for businesses.

- Contribution to education such as via work placements; school visits, volunteering and curriculum support.

(WA Ref:96669)

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)

Regus House, Falcon Drive

Cardiff

CF10 4RU

UK

Telephone: +44 1895274800

Internet address(es)

URL: http://www.lhc.gov.uk

VI.5) Date of dispatch of this notice

28/10/2019

Coding

Commodity categories

ID Title Parent category
71321100 Construction economics services Engineering design services for mechanical and electrical installations for buildings
45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants Building construction work
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
09323000 District heating Steam, hot water and associated products

Delivery locations

ID Description
1013 Conwy and Denbighshire
1023 Flintshire and Wrexham
1012 Gwynedd
1011 Isle of Anglesey
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

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:
30 October 2019
Deadline date:
27 November 2019 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
08 April 2020
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
20 March 2024
Notice type:
20 Modification Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

About the buyer

Main contact:
jo@welshprocurement.cymru
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.