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

Construction Consultancy Services (Wales)

  • First published: 13 June 2018
  • Last modified: 13 June 2018
  • 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-082383
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
13 June 2018
Deadline date:
01 August 2018
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. CPV: 71000000, 71200000, 71324000, 71500000, 71200000, 71311000, 71500000, 73220000, 71324000, 71200000, 71324000, 71200000, 79415200, 71500000, 73220000, 71324000.

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 Bay

CF10 4RU

UK

Telephone: +44 2920504787

E-mail: info@lhc.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.welshprocurement.cymru

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


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

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

II.2) Description

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

LHC uses the following ratios to evaluate each 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.

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Architects: It is a minimum requirement that an Architect is registered with the ARB as defined under The Architects Act 1997.

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

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: 40

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 01/08/2018

Local time: 17:00

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)

IV.2.7) Conditions for opening of tenders

Date: 02/08/2018

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

LHC is a joint committee of local authorities acting as a central purchasing body on behalf of 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.

(WA Ref:82383)

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)

Royal House, 2-4 Vine Street

Uxbridge

UB8 1QE

UK

Telephone: +44 1895274800

Internet address(es)

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

VI.5) Date of dispatch of this notice

11/06/2018

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71311000 Civil engineering consultancy services Consultative engineering and construction services
71500000 Construction-related services Architectural, construction, engineering and inspection services
79415200 Design consultancy services Production management consultancy services
73220000 Development consultancy services Research and development consultancy services
71324000 Quantity surveying services Engineering design services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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:
13 June 2018
Deadline date:
01 August 2018 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
29 April 2019
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
30 January 2023
Notice type:
20 Modification Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

About the buyer

Main contact:
info@lhc.gov.uk
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.