The procurement documents are available for unrestricted and full direct access, free of charge at:
II.1.1) Title
Construction Consultancy Services (Wales)
Reference number: H1 WS1 WPA
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
Tenders are invited for the provision of Construction Consultancy Services for residential and non-residential building projects.
Services are as follows, and may be bid for individually:
Architects, Structural Engineers, Civil engineers, Building Services Engineer, Quantity Surveying, Clerk of Works and Health and safety advisors.
Optional services that may be provided in addition to the primary services include Management, Employers Agent, Contract Administrator and Principle designer duties.
If a bidder proposes to offer a combined service they must be able to offer all of the primary and optional services.
Tenderers may apply for EITHER individual services OR combined consultancy services - you cannot submit a tender for both services.
II.1.5) Estimated total value
Value excluding VAT:
60 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
Maximum number of lots that may be awarded to one tenderer: 3
Lot No: 6
II.2.1) Title
Individual Consultancy Services - North Wales
II.2.2) Additional CPV code(s)
71200000
71311000
71500000
73220000
71324000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across North Wales
II.2.4) Description of the procurement
The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.
Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.
The primary consultancy services are as follows:
a) Architect
b) Structural Engineers
c) Civil Engineer Services
d) Building Services Engineer
e) Quantity Surveying
f) Clerk of Works services
g) Health and Safety Advisors
Bidders for the primary consultancy services may also offer the following services as part of their primary consultancy services.
h) Project Management
i) Employers Agent
j) Contract administrator
k) Principle Designer Duties
Bidders do not have to apply for all primary services.
Bidders may apply for individual consultancy services or a combined consultancy service offering all services listed above.
Each individual primary service will be evaluated separately.
Bidders offering a primary service may also offer any or all of the optional services listed below. If they do not offer any optional services their bid will not be disadvantaged.
Bidders cannot bid only for the optional services.
If a bidder is applying for services under the individual consultancy service they cannot apply for the combined consultancy service lot.
Partial coverage of a regional lot will be allowed via selection of local constituency areas as follows:
2.Aberconwy
3.Alyn and Deeside -
39. Wrexham –
16. Clwyd South -
19. Delyn –
37. Vale of Clwyd –
4. Arfon –
40. Ynys Môn -
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: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
Individual Consultancy Services - Mid Wales
II.2.2) Additional CPV code(s)
71200000
71324000
71500000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Mid Wales
II.2.4) Description of the procurement
The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.
Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.
The primary consultancy services are as follows:
a) Architect
b) Structural Engineers
c) Civil Engineer Services
d) Building Services Engineer
e) Quantity Surveying
f) Clerk of Works services
g) Health and Safety Advisors
Bidders for the primary consultancy services may also offer the following services as part of their primary consultancy services.
h) Project Management
i) Employers Agent
j) Contract administrator
k) Principle Designer Duties
Bidders do not have to apply for all primary services.
Bidders may apply for individual consultancy services or a combined consultancy service offering all services listed above.
Each individual primary service will be evaluated separately.
Bidders offering a primary service may also offer any or all of the optional services listed below. If they do not offer any optional services their bid will not be disadvantaged.
Bidders cannot bid only for the optional services.
If a bidder is applying for services under the individual consultancy service they cannot apply for the combined consultancy service lot.
Partial coverage of a regional lot will be allowed via selection of local constituency areas as follows:
15. Ceredigion
6. Brecon and Radnorshire –
13. Carmarthen East and Dinefwr -
14. Carmarthen West and South Pembrokeshire -
20. Dwyfor Meirionnydd –
26. Montgomeryshire -
32. Preseli Pembrokeshire
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: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 8
II.2.1) Title
Individual Consultancy Services - South Wales
II.2.2) Additional CPV code(s)
71200000
71324000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across South Wales
II.2.4) Description of the procurement
The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.
Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.
The primary consultancy services are as follows:
a) Architect
b) Structural Engineers
c) Civil Engineer Services
d) Building Services Engineer
e) Quantity Surveying
f) Clerk of Works services
g) Health and Safety Advisors
Bidders for the primary consultancy services may also offer the following services as part of their primary consultancy services.
h) Project Management
i) Employers Agent
j) Contract administrator
k) Principle Designer Duties
Bidders do not have to apply for all primary services.
Bidders may apply for individual consultancy services or a combined consultancy service offering all services listed above.
Each individual primary service will be evaluated separately.
Bidders offering a primary service may also offer any or all of the optional services listed below. If they do not offer any optional services their bid will not be disadvantaged.
Bidders cannot bid only for the optional services.
If a bidder is applying for services under the individual consultancy service they cannot apply for the combined consultancy service lot.
Partial coverage of a regional lot will be allowed via selection of local constituency areas
12. Cardiff West -
25. Monmouth -
30. Ogmore –
31. Pontypridd -
33. Rhondda –
35. Swansea West -
38. Vale of Glamorgan –
8. Caerphilly
9. Cardiff Central -
1. Aberavon –
10. Cardiff North –
11. Cardiff South and Penarth –
17. Clwyd West -
18. Cynon Valley –
21. Gower - 22. Islwyn -
23. Llanelli -
24. Merthyr Tydfil and Rhymney -
27. Neath -
28. Newport East –
29. Newport West –
34. Swansea East –
36. Torfaen –
5. Blaenau Gwent -
7. Bridgend -
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: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 9
II.2.1) Title
Combined Consultancy Services - Wales
II.2.2) Additional CPV code(s)
71200000
79415200
71500000
73220000
71324000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Wales
II.2.4) Description of the procurement
The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.
Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.
Bidders for the Combined Consultancy Services lot shall offer all the primary and optional services (a-k)
a) Architect
b) Structural Engineers
c) Civil Engineer Services
d) Building Services Engineer
e) Quantity Surveying
f) Clerk of Works services
g) Health and Safety Advisors
h) Project Management
i) Employers Agent
j) Contract administrator
k) Principle Designer Duties
If a bidder is applying for one or more individual consultancy services they cannot apply for the combined consultancy service lot. Equally, bidders applying for Lot 9 cannot apply for Individual services in Lots 6, 7 or 8.
Bidders must offer all services across all areas of Wales.
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: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
III.1.2) Economic and financial standing
List and brief description of selection criteria:
LHC uses the following ratios to evaluate each bidder's and approved contractor's financial status:
— turnover required x2 project value as defined on Contract Notice (twice the typical value for x2 projects called-off this Framework).
For an SME or start-up bidders that cannot meet the lowest level of turn over, must provide evidence that they can obtain a performance bond or provide a parent company guarantee for projects over 40 000 GBP.
If tenders don not have a turnover generally of the level indicated within the Contract Notice they will fail the financial requirements. If a bidder fails the financial requirements they will be excluded from the tender and their bid will be rejected.
Profitability and Liquidity will only be assessed if the bidder passes the turnover requirements,
— profitability: this is calculated as profit after tax but before dividends and minority interests. If a company makes a profit, then it passes this ratio, and
— liquidity: this is calculated as current assets and work in progress, divided by current liabilities. If the answer is greater than one, then it passes this ratio.
If a bidder fails the assessment for either Liquidity or profitability the may fail the financial assessment. LHC reserves the right to undertake its own detailed financial assessment of the bidder in order to ascertain to its own satisfaction the financial and economic standing and robustness of the organization of the bidder and also, where applicable, the Parent / Holding Company and its subsidiaries. If a bidder fails this detailed assessment they will fail the tender and their bid will be rejected.
Minimum level(s) of standards required:
For Individual Consultancy services bidders will be required to have a minimum general turnover of 80000 GBP for these lots SME or start-ups that cannot meet the lowest level of turnover must provide evidence that they can obtain a performance bond or provide a parent company guarantee for projects over 40000 GBP.
For Combined consultancy Services bidders will be required to have a minimum general turnover of 400000 GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders shall demonstrate that they have procedures in place covering Quality.
Professional qualifications required to provided the various consultancy services are detailed in the Tender documents
Minimum level(s) of standards required:
Bidders shall have a quality management system in place that meets the requirements of ISO9001.
LHC is a joint committee of local authorities acting as a central purchasing body on behalf of Welsh Procurement Alliance partners who include housing associations and councils, with whom and for whom this framework has been developed.
Due to the reach and scale of LHC partners' portfolios, the framework aims to support the delivery of housing and community building 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.welshprocurement.cymru/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.
Community benefits are included in this requirement. For more information see Schedule 1 of the FAC1 agreement within the ITT.
Documentation is available from the e-tendering portal https://procontract.due-north.com.
All submissions must be made through the portal.
The buyer considers that this contract is suitable for consortia.