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

Consultancy Services

  • First published: 11 August 2022
  • Last modified: 11 August 2022

Contents

Summary

OCID:
ocds-kuma6s-123765
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
11 August 2022
Deadline date:
13 October 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This opportunity has been listed by LHC on behalf of: Welsh Procurement Alliance (WPA) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Consortium Procurement Construction (CPC) LHC This procurement exercise is to establish a replacement to our successful H1 WS1 Housing Consultancy Framework. Building on our existing H1 framework, with CS1 we are expanding the scope to include a wider range of consultancy services to offer our clients. The framework is broken down into 4 workstreams which are: Professional Consultancy, Mechanical, Electrical and Plumbing Consultancy, Asset Management Consultancy, Environmental Consultancy. Bidders should note that the lots contained within Workstream 1 – Professional Services (Lots 1 to 15) are only available for the geographical areas of Scotland, South-West England, and Wales. This is because LHC already have a consultancy framework in place which covers a similar scope to that of Workstream 1 – Professional Services that is available within our North and Central England and London and South East England regional areas. Please refer to the ITT document for further details CPV: 71310000, 71314000, 71314200, 71314300, 71240000, 71230000, 71223000, 71222000, 71221000, 71220000, 71200000, 71210000, 71000000, 71313000, 90700000, 90700000, 90000000, 71313000, 71317210, 71200000, 71222000, 71221000, 71220000, 71311000, 71312000, 71315200, 71321300, 71321400, 71530000, 72224000, 71000000, 71200000, 71210000, 71220000, 71221000, 71222000, 71223000, 71230000, 71240000, 71541000, 79994000, 71000000, 71200000, 71210000, 71220000, 71000000, 71200000, 71220000, 71221000, 71222000, 71223000, 71230000, 71240000, 71000000, 71200000, 71220000, 71221000, 71222000, 71223000, 71230000, 71240000, 71000000, 71200000, 71210000, 71220000, 71221000, 71222000, 71223000, 71230000, 71240000, 45220000, 43310000, 45200000, 45222000, 45500000, 66519000, 71541000, 48331000, 72224000, 71000000, 71200000, 71210000, 71220000, 71223000, 71230000, 71240000, 71000000, 71200000, 71220000, 71221000, 71222000, 71223000, 71230000, 71240000, 71000000, 71200000, 71210000, 71220000, 71221000, 71222000, 71223000, 71230000, 71240000, 71000000, 71200000, 71210000, 71220000, 71221000, 71222000, 71223000, 71230000, 71240000, 71000000, 71200000, 71210000, 71220000, 71221000, 71223000, 71230000, 71240000, 71222000, 71000000, 71200000, 71210000, 71220000, 71222000, 71223000, 71240000, 71210000, 71000000, 71220000, 71221000, 71223000, 71240000, 71314300, 71314200, 71314000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

Tredomen Innovation & Technology Centre

Ystrad Mynach

CF82 7FQ

UK

E-mail: procurement@lhc.gov.uk

NUTS: UKL

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://in-tendhost.co.uk/lhc/aspx/ProjectManage/3


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/lhc/aspx/ProjectManage/3


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Public Sector Framework Provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Consultancy Services

Reference number: CS1

II.1.2) Main CPV code

71310000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This opportunity has been listed by LHC on behalf of:

Welsh Procurement Alliance (WPA)

Scottish Procurement Alliance (SPA)

South-West Procurement Alliance (SWPA)

Consortium Procurement Construction (CPC)

LHC

This procurement exercise is to establish a replacement to our successful H1 WS1 Housing Consultancy Framework.

Building on our existing H1 framework, with CS1 we are expanding the scope to include a wider range of consultancy services to offer our clients.

The framework is broken down into 4 workstreams which are:

Professional Consultancy,

Mechanical, Electrical and Plumbing Consultancy,

Asset Management Consultancy,

Environmental Consultancy.

Bidders should note that the lots contained within Workstream 1 – Professional Services (Lots 1 to 15) are only available for the geographical areas of Scotland, South-West England, and Wales. This is because LHC already have a consultancy framework in place which covers a similar scope to that of Workstream 1 – Professional Services that is available within our North and Central England and London and South East England regional areas. Please refer to the ITT document for further details

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Architectural Services (Buildings)

II.2.2) Additional CPV code(s)

71200000

71222000

71221000

71220000

71311000

71312000

71315200

71321300

71321400

71530000

72224000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

All RIBA work stages as defined in the RIBA Plan of Work 2020 in relation to buildings. Architects may also be required to offer additional services such as project management.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of the Architects Registration Board (ARB) which is a mandatory requirement for this lot.

Bidders can also have membership of suitable and recognised professional bodies such as Royal Institute of British Architects (RIBA), Chartered Institute of Architectural Technologists (CIAT) and other similar bodies whilst not mandatory, is desirable.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Techinical Questions / 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: 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: 2

II.2.1) Title

Architectural Services (Landscaping)

II.2.2) Additional CPV code(s)

71000000

71200000

71210000

71220000

71221000

71222000

71223000

71230000

71240000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

All RIBA work stages as defined in the RIBA Plan of Work 2020 in relation to buildings. Architects may also be required to offer additional services such as project management.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of the Architects Registration Board (ARB) which is a mandatory requirement for this lot.

Bidders can also have membership of suitable and recognised professional bodies such as Royal Institute of British Architects (RIBA), Chartered Institute of Architectural Technologists (CIAT) and other similar bodies whilst not mandatory, is desirable.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality and Technical Questions / 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: 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: 3

II.2.1) Title

Construction Project Management & Administration

II.2.2) Additional CPV code(s)

71541000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To involve all RIBA stages to deliver the clients desired objectives.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a construction body such as the Chartered Institute of Building (CIOB) or International Construction Project Management Association (ICPMA)

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality and Techinical Questions / 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: 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: 4

II.2.1) Title

Construction Contract Administration

II.2.2) Additional CPV code(s)

79994000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To focus on administration of the contract between the employer (client) and the contractor. Duties may also involve issuing instructions, managing variations, and certification management.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as The Royal Institute of Chartered Surveyors (RICS) Association of Project Managers (APM), Membership of the Chartered Institute of Building (CIOB) or equal equivalent with validated experience and knowledge of construction contracts.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality and Technical Questions / 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: 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: 5

II.2.1) Title

Employers’ Agent (EA)

II.2.2) Additional CPV code(s)

71000000

71200000

71210000

71220000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

Co-ordinating the appointment of contractors, drawing up of contract documentation, administration of contracts on a day-to-day basis, co-ordinate assessments for clients and contractor support to ensure site quality checks are maintained to the call-off contract requirements, over viewing quality control and accepting handover of the completed building project on the client’s behalf.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as membership of the Chartered Institute of Building (CIOB), Royal Institution of Chartered Surveyors (RICS) APM or equivalent with experience.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 6

II.2.1) Title

Planning Services

II.2.2) Additional CPV code(s)

71000000

71200000

71220000

71221000

71222000

71223000

71230000

71240000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To offer advice and support on all matters relating to planning, development and associated environmental issues for both building and renovation projects and may include renovations, change of use, listed buildings, feasibility studies etc.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications/experience:

A formal degree in construction planning, along with validated experience and knowledge in property development and management.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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

Master Planning

II.2.2) Additional CPV code(s)

71000000

71200000

71220000

71221000

71222000

71223000

71230000

71240000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To offer LHC client’s advice and support on all matters relating to planning, development and associated environmental issues for site development, utilities, and infrastructure appraisals, the scope of which may cover, marine, urban planning, transport, roads, community facilities.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

A formal degree in construction planning, along with validated experience and knowledge in property development and management.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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

Principal Designer

II.2.2) Additional CPV code(s)

71000000

71200000

71210000

71220000

71221000

71222000

71223000

71230000

71240000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To undertake the duties of the CDM Regulations 2015 as Principal Designer in line with Regulations 11 & 12 for notifiable and non-notifiable work, including as a Clients Advisor. Scope includes plan, manage, monitor and coordinate, the pre-construction phase, assist the Client in identifying, obtaining and collating pre-construction information, site visits and ensuring the principal contractor, and others fulfil their duties.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

An industry recognised qualification in line with the Construction Design and Management (CDM) regulations specifically relating to the Principal Designer duties.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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

Civil & Structural Engineering

II.2.2) Additional CPV code(s)

45220000

43310000

45200000

45222000

45500000

66519000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

Requirements are needed for structural design, party walls, civil engineering, site inspections, highways.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as membership of the Institution of Civil Engineers (ICE), The Institute of Structural Engineers (IStructE) or equivalent, with at least one person in the practice to have chartered status.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 10

II.2.1) Title

Clerk of Works

II.2.2) Additional CPV code(s)

71541000

48331000

72224000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To make regular visits to client’s sites to ensure that construction work is carried out properly to the client’s standards, specification and schedule and that health and safety rules are being followed.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as membership of the Institute of Clerks of Works and Construction Inspectorate (ICWCI) or equivalent, along with evidenced experience is a requirement for this lot. A minimum level 3 diploma in site inspection, or equivalent is desirable, and a Construction Skills Certification Scheme (CSCS) may be required to access some clients CSCS scheme sites.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 11

II.2.1) Title

Building Surveyor

II.2.2) Additional CPV code(s)

71000000

71200000

71210000

71220000

71221000

71222000

71223000

71230000

71240000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To provide a building surveying service to various public sector bodies to include, but not limited to, advice on design, construction, maintenance, repair, alteration, budgets, environmental and safety, legal issues and reporting any findings to the client.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as The Royal Institution of Chartered Surveyors (RICS).

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 12

II.2.1) Title

Quantity Surveyors / Cost Consultant

II.2.2) Additional CPV code(s)

71000000

71200000

71210000

71220000

71223000

71230000

71240000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To provide Quantity Surveyor services during all construction stages. The scope may also include ensuring that the agreed additional variations are managed, value engineering, accurate management of applications for payment and assessment of capital costs, life cycle costs and maintenance coast as requested.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as The Royal Institution of Chartered Surveyors (RICS) or Quantity Surveyors International (QSI) or equivalent with domestic and commercial building experience as appropriate

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 13

II.2.1) Title

Stock Appraisals (Valuations)

II.2.2) Additional CPV code(s)

71000000

71200000

71220000

71221000

71222000

71223000

71230000

71240000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

Appraisals to be provided on a variety of public sector client assets which may include buildings and land.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as The Royal Institution of Chartered Surveyors (RICS) or equivalent such as Residential Property Surveyors Association (RPSA).

Additional appropriate qualifications such as through the SAVA school of surveying are desirable.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 14

II.2.1) Title

Stock Condition Surveys

II.2.2) Additional CPV code(s)

71000000

71200000

71210000

71220000

71221000

71222000

71223000

71230000

71240000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To provide LHC clients with an up-to-date condition survey for their property portfolio. Other scope requirements may include utilisation, condition, upgrading etc.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as The Royal Institution of Chartered Surveyors (RICS) or equivalent such as Residential Property Surveyors Association (RPSA).

Additional appropriate qualifications such as through the SAVA school of surveying are desirable.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 15

II.2.1) Title

Multi-Disciplinary

II.2.2) Additional CPV code(s)

71000000

71200000

71210000

71220000

71221000

71223000

71230000

71240000

71222000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To provide a comprehensive service to encompass, architecture, surveying, engineering, cost management, project management and refurbishment works as a complete package covering all RIBA stages.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

A mixture of the qualifications required in this framework, dependant of the disciplines offered.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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

II.2.14) Additional information

As a minimum requirement for this lot, Bidders must be able to provide the following roles to the client

Architect (Buildings)

Project Management

Employers Agent

Planning Services

Civil and Structural Engineering

Quantity Surveyor

Lot No: 16

II.2.1) Title

Mechanical, Electrical & Plumbing

II.2.2) Additional CPV code(s)

71000000

71200000

71210000

71220000

71222000

71223000

71240000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To cover the full range of advice and design services that may be required by a client within a construction service, the cope of which is expected to cover areas such as design, surveys, works planning, supply and distribution and building control systems.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as the Institute of Mechanical Engineers (IMechE), Electrical Contractors Association (ECA), Institute of Engineering and Technology (IET) or equivalent with experience.

For full details please refer to CS1 Technical Specification and ITT documentation

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 17

II.2.1) Title

Building Services Engineer (HVAC)

II.2.2) Additional CPV code(s)

71210000

71000000

71220000

71221000

71223000

71240000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To cover the full range of HVAC advice and design services that may be required by a client in a construction service, the scope of which may cover design, commissioning, surveys etc.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as the Chartered Institute of Building Services Engineers (CIBSE) or equivalent with experience.

For full details please refer to CS1 Technical Specification and ITT documentation

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 18

II.2.1) Title

EPC Assessments

II.2.2) Additional CPV code(s)

71314000

71314200

71314300

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot is primarily focused on the provision of providing energy performance certificates (EPC), display energy certificates (dec) and advice for LHC Clients domestic and non-domestic buildings.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Bidders to be Domestic Energy Assessor (DEA) certified for domestic and Non-Domestic Energy Assessor (NDEA) certified for non-domestic. Registration with government departments according to current legislation such as the Department for Communities and Local Government (DCLG).

For full details please refer to CS1 Technical Specification and ITT documentation

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 19

II.2.1) Title

Retrofit Consultancy (2035 and 2038)

II.2.2) Additional CPV code(s)

71314300

71314200

71314000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To oversee both domestic and non-domestic energy efficiency retrofit works.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Bidders to be certified and hold a current valid PAS related qualification such as a PAS Coordinator to cover both domestic and non-domestic installations and assume responsibility for the management of all roles.

For full details please refer to CS1 Technical Specification and ITT documentation

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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

II.2.14) Additional information

As a minimum requirements for this lot, Bidders must be able to provide the role of PAS 2035 Retrofit Coordinator

Lot No: 20

II.2.1) Title

Digital Coordinator

II.2.2) Additional CPV code(s)

71240000

71230000

71223000

71222000

71221000

71220000

71200000

71210000

71000000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To support the activities of implementation of digital delivery into the construction process which should include BIM and Golden Thread compliance through to supporting the use of Digital Construction technologies that underpins the construction site team delivery, including management of any, clash detection processes.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Bidders to have validated BIM experience and a background in architecture, structural or mechanical, electrical systems etc. Qualifications from an industry recognised source such as via The Institution of Structural Engineers (ISTRUCTE), Chartered Institute of Building (CIOB), British Standards institute (BSI) etc

For full details please refer to CS1 Technical Specification and ITT documentation

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 21

II.2.1) Title

Environmental

II.2.2) Additional CPV code(s)

71313000

90700000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To give LHC clients advice on environmental matters through areas such as the effects of new developments on the environment, the control of pollution and noise, the effects of agriculture or recreation on plants and wildlife, the effect of climate change, waste management and recycling.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Bidders to be certified and registered with an appropriate professional registration scheme such as Institute of Ecology and Environmental (CIEEM), Chartered Institute of Waste Management (CIWM), Institute of Environmental Management and assessment (IEMA), or equivalent organisations with previous experience.

For full details please refer to CS1 Technical Specification and ITT documentation

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 22

II.2.1) Title

Waste Management

II.2.2) Additional CPV code(s)

90700000

90000000

71313000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

Preparing, planning, and implementing safe waste disposal strategies and management systems for LHC clients, compliance with and advising on, environmental laws and regulations, advise on the 360 circular economy, advising on how to minimise embed carbon within project delivery.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Appropriate validated waste management experience and a compliance qualification such as WAMITAB from CIWM (Chartered Institute of Waste Management), or equivalent.

For full details please refer to CS1 Technical Specification and ITT documentation

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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: 23

II.2.1) Title

Health & Safety Advisor/Consultant

II.2.2) Additional CPV code(s)

71317210

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The scope of this lot includes:

To ensure that LHC Client’s duties under the Health and Safety at Work Act are reasonably and practicably complied with. This will include during construction works, to provide assistance at tender and during all work stages, (including post completion, commissioning and handover), supervision of the appointed Principal Contractor to ensure compliance with the Health and Safety At Work Act and CDM Regulations 2015, advising the Client of H&S requirements, and inspection of sites and works to ensure compliance.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Bidders to hold a suitable qualification such as the National Examinations Board in Occupational Safety and Health (NEBOSH), or Institute of Occupational Safety and Health (IOSH). It is desirable that bidders may also hold Membership (CMIOSH) or fellowship (CFIOSH).

For full details please refer to CS1 Technical Specification and ITT documentation

II.2.5) Award criteria

Criteria below:

Quality criterion: General and Technical Questions / 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: 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:

There is no minimum turnover requirement set for this framework, however LHC will conduct a financial assessment. This assessment will allow LHC to carry out a robust assessment of a Bidders' financial standing.

The assessment will have 2 stages:

1) Credit score – LHC will use Creditsafe to carry out initial checking of a Bidders’ financial status.

2) Profitability, Stability and Liquidity Assessment – Bidders will be assessed on their financial stability based on a range of financial information obtained from the Bidders annual accounts.

Bidders will be required to have the minimum levels of insurance listed below to be considered eligible for this framework.

Employers (Compulsory) Liability Insurance: 5,000,000 GBP

Public Liability Insurance: 5,000,000 GBP

Professional Indemnity Insurance: 2,000,000 GBP


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project

LHC/WPA will require the relevant appointed company to provide project performance data based on a standardised set of key performance metrics.

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: 7

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:

2022/S 000-004243

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

Date: 13/10/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 13/10/2022

Local time: 12:30

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. Thanks to their

ongoing and collective feedback and input into the development of this framework and given the reach and scale of their portfolio, the

framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework.

As of the date of publication of this notice our frameworks may be used by all contracting authorities in Wales as defined by the Public

Contracts Regulations 2015 and as listed on https://www.welshprocurement.cymru/who-we-work-with/, including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm’s length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.

Bidders must beware that LHC clients may add community benefit requirements in their call-off contracts from this Framework including but not limited to:

- to generate employment and training opportunities for priority groups;

- vocational training;

- to up-skill the existing workforce;

- equality and diversity initiatives;

- to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;

- supply-chain development activity;

- to build capacity in community organisations;

- educational support initiatives.

Please use the following link to access the tender on LHC's eTendering portal.

https://in-tendhost.co.uk/lhc

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=123765.

(WA Ref:123765)

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

11/08/2022

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71223000 Architectural services for building extensions Architectural design services
71221000 Architectural services for buildings Architectural design services
71222000 Architectural services for outdoor areas Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71315200 Building consultancy services Building services
71311000 Civil engineering consultancy services Consultative engineering and construction services
43310000 Civil engineering machinery Construction machinery and equipment
71530000 Construction consultancy services Construction-related services
71541000 Construction project management services Construction management services
45222000 Construction work for engineering works except bridges, tunnels, shafts and subways Engineering works and construction works
71310000 Consultative engineering and construction services Engineering services
79994000 Contract administration services Miscellaneous business-related services
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
66519000 Engineering, auxiliary, average, loss, actuarial and salvage insurance services Insurance services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
71230000 Organisation of architectural design contests Architectural and related services
71321300 Plumbing consultancy services Engineering design services for mechanical and electrical installations for buildings
72224000 Project management consultancy services Systems and technical consultancy services
48331000 Project management software package Scheduling and productivity software package
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
71312000 Structural engineering consultancy services Consultative engineering and construction services
71321400 Ventilation consultancy services Engineering design services for mechanical and electrical installations for buildings
45200000 Works for complete or part construction and civil engineering work Construction work

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
100 UK - All
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:
11 August 2022
Deadline date:
13 October 2022 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
27 April 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

About the buyer

Main contact:
procurement@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.