Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Pobl Group Ltd
Pobl House, Phoenix Way
Swansea
SA7 9EQ
UK
Telephone: +44 1792460609
E-mail: procurement.helpdesk@poblgroup.co.uk
NUTS: UKL18
Internet address(es)
Main address: http://poblgroup.co.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0512
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Other: Registered Social Landlord
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Architectural Services Framework
Reference number: PROC0066
II.1.2) Main CPV code
71220000
II.1.3) Type of contract
Services
II.1.4) Short description
Pobl Development Ltd (Pobl Group) would like to undertake a consultancy framework for architectural designers. It is envisaged that this framework will be divided into four lots and it is also envisaged that this framework will be for 3 years with the option to extend one further 12 month periods (3+1).
Lot 1 Architectural Services for Larger Residential Projects
The Group is committed to building attractive high-quality new homes and communities based on best practice placemaking principles and our desire to develop mixed tenure sustainable communities. We want our new homes to reflect the evolving needs of our tenants and purchasers, and to make best use of robust materials and detailing to reduce future maintenance costs. We are seeking like-minded architectural designers that can help us deliver this vision. The Group has adopted a range of standard house designs which we would expect to use in most of our residential projects.
Lot 2 Architectural Services for Smaller Residential Projects
Smaller residential projects have an important role to play in delivering the Group’s vision of building attractive high-quality new homes and communities. Such projects are essential for smaller settlements or where the client group requires more limited numbers. These projects are often complex and require a contextual approach. We are seeking like-minded architectural designers that can help us deliver this vision. The Group has adopted a range of standard house designs which we would expect to use in most of our residential projects.
Lot 3 Architectural Services for Care and Older Persons Accommodation
The Group has a well-established reputation for providing excellent accommodation and services to meet the needs of people requiring specialist accommodation including Older Persons, people with physical or learning disabilities and people with other support needs. We believe in providing a high standard of accommodation and placemaking for these projects. Such projects require specialist design knowledge; and we are thus seeking like-minded architectural designers that can help us deliver this vision.
Lot 4 Architectural Services for Regeneration Projects
The Group is committed to the regeneration of our cities, towns and rural communities, and many of our residential and mixed-use developments play an important part in this regeneration, whilst also providing high quality accommodation in attractive buildings and streets. We are seeking like-minded architectural designer that can help us deliver this vision.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
II.2) Description
Lot No: 1
II.2.1) Title
Architectural Services for Larger Residential Projects
II.2.2) Additional CPV code(s)
71220000
71200000
71221000
71000000
71223000
71240000
71250000
71251000
II.2.3) Place of performance
NUTS code:
UKL
UKL1
UKL24
UKL22
UKL21
UKL2
UKL18
UKL17
UKL16
UKL15
UKL14
II.2.4) Description of the procurement
The Group is committed to building attractive high-quality new homes and communities based on best practice placemaking principles and our desire to develop mixed tenure sustainable communities. We want our new homes to reflect the evolving needs of our tenants and purchasers, and to make best use of robust materials and detailing to reduce future maintenance costs. We are seeking like-minded architectural designers that can help us deliver this vision. The Group has adopted a range of standard house designs which we would expect to use in most of our residential projects.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
12 months
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
Architectural Services for Smaller Residential Projects
II.2.2) Additional CPV code(s)
71220000
71200000
71210000
71221000
71223000
71240000
71250000
71251000
II.2.3) Place of performance
NUTS code:
UKL
UKL14
UKL2
UKL1
UKL24
UKL15
UKL16
UKL17
UKL18
UKL21
UKL22
II.2.4) Description of the procurement
Smaller residential projects have an important role to play in delivering the Group’s vision of building attractive high-quality new homes and communities. Such projects are essential for smaller settlements or where the client group requires more limited numbers. These projects are often complex and require a contextual approach. We are seeking like-minded architectural designers that can help us deliver this vision. The Group has adopted a range of standard house designs which we would expect to use in most of our residential projects.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
12 months
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
Architectural Services for Care and Older Persons Accommodation
II.2.2) Additional CPV code(s)
71220000
71000000
71200000
71210000
71221000
71223000
71240000
71250000
71251000
II.2.3) Place of performance
NUTS code:
UKL
UKL24
UKL22
UKL21
UKL2
UKL18
UKL17
UKL16
UKL15
UKL14
UKL1
II.2.4) Description of the procurement
The Group has a well-established reputation for providing excellent accommodation and services to meet the needs of people requiring specialist accommodation including Older Persons, people with physical or learning disabilities and people with other support needs. We believe in providing a high standard of accommodation and placemaking for these projects. Such projects require specialist design knowledge; and we are thus seeking like-minded architectural designers that can help us deliver this vision.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
12 months
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
Architectural Services for Regeneration Projects
II.2.2) Additional CPV code(s)
71220000
71000000
71200000
71210000
71221000
71223000
71240000
71250000
71251000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The Group is committed to the regeneration of our cities, towns and rural communities, and many of our residential and mixed-use developments play an important part in this regeneration, whilst also providing high quality accommodation in attractive buildings and streets. We are seeking like-minded architectural designer that can help us deliver this vision.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
12 months
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 55
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 110-268545
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/02/2021
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
01/02/2021
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
upon expiry of the Framework Agreement
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=106421
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:
Refer to the ITT
(WA Ref:106421)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
08/12/2020