The procurement documents are available for unrestricted and full direct access, free of charge at:
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.
The Framework may be renewed after 40 months from the commencement date.
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:
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:
- 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.
The buyer considers that this contract is suitable for consortia.