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

Modern Methods of Construction (MMC) New Homes Framework

  • First published: 19 August 2022
  • Last modified: 19 August 2022

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)

Contents

Summary

OCID:
ocds-kuma6s-124033
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
19 August 2022
Deadline date:
14 October 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

LHC on behalf of the Welsh Procurement Alliance (WPA) is seeking interest from suitable organisations for our Modern Methods of Construction (MMC) New Homes Framework (NH3). This is a national framework and is being procured on behalf of: Welsh Procurement Alliance (WPA) Scottish Procurement Alliance (SPA) South-West Procurement Alliance (SWPA) Consortium Procurement Construction (CPC) LHC This framework is the successor to our popular Offsite Construction of New Homes Framework - NH2 and will be for the construction of Modern Methods of Construction (MMC) New Homes and associated works. The framework consists of 4 (four) workstreams and each workstream has multiple lots bidders can apply for. As follows: Workstream 1 - Three Dimensional (3D) Modular Systems – Category 1 Workstream 2 - Two Dimensional (2D) Panelised Systems – Category 2 Workstream 3 – Main Contractors Delivering MMC Solutions Workstream 4 - Groundworks and Site preparation for MMC Housing Projects To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for. Bidders will be required to meet a minimum turnover requirement for each lot (please refer to ITT). 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 following minimum levels of insurance: AAll lots except lot 9 & 18 Employers (Compulsory) Liability Insurance: 5,000,000 GBP Public Liability Insurance: 5,000,000 GBP Professional Indemnity Insurance: 2,000,000 GBP Lots 9 & 18 Employers (Compulsory) Liability Insurance: 5,000,000 GBP Public Liability Insurance: 5,000,000 GBP Technical requirements: Bidders are required to have the following: All Bidders: Health & Safety ISO 45001 (please refer to ITT for accepted equivalents) Lots 1-7, 8, 10, 11-17: Environmental Management ISO 14001 (please refer to ITT for accepted equivalents) Quality Management ISO 9001 (please refer to ITT for accepted equivalents) CPV: 45000000, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211200, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211200, 45211310, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211100, 45211200, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45453100, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45100000, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45100000, 45211000, 45211100, 45211300, 45211340, 45211341, 45211350, 45211360, 44211100, 44211000, 45223800, 45223810, 45223820, 45223821, 45223822, 45100000, 45211000, 45211340, 45211341, 45211350, 45211360, 4

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, Tredomen Park, Ystrad Mynach

Ystrad Mynach

CF82 7FQ

UK

Contact person: Procurement Team

Telephone: +44 1895274800

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/1


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/1


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

Modern Methods of Construction (MMC) New Homes Framework

Reference number: NH3

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

LHC on behalf of the Welsh Procurement Alliance (WPA) is seeking interest from suitable organisations for our Modern Methods of Construction (MMC) New Homes Framework (NH3).

This is a national framework and is being procured on behalf of:

Welsh Procurement Alliance (WPA)

Scottish Procurement Alliance (SPA)

South-West Procurement Alliance (SWPA)

Consortium Procurement Construction (CPC)

LHC

This framework is the successor to our popular Offsite Construction of New Homes Framework - NH2 and will be for the construction of Modern Methods of Construction (MMC) New Homes and associated works.

The framework consists of 4 (four) workstreams and each workstream has multiple lots bidders can apply for. As follows:

Workstream 1 - Three Dimensional (3D) Modular Systems – Category 1

Workstream 2 - Two Dimensional (2D) Panelised Systems – Category 2

Workstream 3 – Main Contractors Delivering MMC Solutions

Workstream 4 - Groundworks and Site preparation for MMC Housing Projects

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

Bidders will be required to meet a minimum turnover requirement for each lot (please refer to ITT).

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 following minimum levels of insurance:

AAll lots except lot 9 & 18

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

Public Liability Insurance: 5,000,000 GBP

Professional Indemnity Insurance: 2,000,000 GBP

Lots 9 & 18

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

Public Liability Insurance: 5,000,000 GBP

Technical requirements:

Bidders are required to have the following:

All Bidders:

Health & Safety ISO 45001 (please refer to ITT for accepted equivalents)

Lots 1-7, 8, 10, 11-17:

Environmental Management ISO 14001 (please refer to ITT for accepted equivalents)

Quality Management ISO 9001 (please refer to ITT for accepted equivalents)

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 18 lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – 3D Modular Low Rise Housing and Apartments up to 11m - 0 - 9 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 1 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 2 – 3D Modular Low Rise Housing and Apartments up to 11m - 10 - 19 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 2 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 3 – 3D Modular Low Rise Housing and Apartments up to 11m - 20 - 49 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 3 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 4 – 3D Modular Low Rise Housing and Apartments up to 11m - 50+ Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 4 covers low rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. This workstream also allows for the installation of volumetric units.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 5 - 3D Modular High Rise Housing - 11m or Higher

II.2.2) Additional CPV code(s)

45211000

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 5 covers Medium to High Rise volumetric three dimensional units. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed. This lot covers projects for Medium to High rise developments with floor heights above 11m covering flats/apartments and mixed use projects.

This workstream also allows for the installation of volumetric units.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 6 - 3D Modular Independent & Assisted Housing and Care Homes

II.2.2) Additional CPV code(s)

45211200

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 6 covers the provision of specialist housing including Care Homes, Extra Care Housing, Sheltered Housing and Assisted Living Housing. Volumetric units can be brought to final site in a variety of forms ranging from a basic structure only to one with all internal and external finishes and services installed.

This workstream also allows for the installation of volumetric units.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 7 - 3D Modular Adaptive Pods

II.2.2) Additional CPV code(s)

45211200

45211310

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 7 covers the requirement for units to provide additional accommodation (Assisted bathrooms/Bedrooms etc for disabled users) as a single storey extension for existing housing units. The internal design and layout will be bespoke to meet the specific end user requirements.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 8 - 2D Panelised Systems – Supply Only

II.2.2) Additional CPV code(s)

45211000

45211100

45211200

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 8 will cover the supply only of panelised systems including systems such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives.

Bidders will be able to provide:

- Basic frames (2a)

- Enhanced insulations and lining materials (2b)

- Further enhanced including windows and cladding (2c)

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 9 - 2D Panelised Systems – Installers

II.2.2) Additional CPV code(s)

45223800

45211000

45211100

45211200

45211300

45211340

45211341

45211350

45211360

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 9 is for installation panelised systems, such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives by specialist installers.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 65%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 10 - 2D Panelised Systems – Supply and Installation

II.2.2) Additional CPV code(s)

45211000

45211100

45211200

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 10 will cover the supply and installation of panelised systems including systems such as timber, light gauge steel frames and Structural Insulated Panels (SIPS) or other alternatives.

Bidders will be able to provide:

- Basic frames (2a)

- Enhanced insulations and lining materials (2b)

- Further enhanced including windows and cladding (2c)

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 11 - Main Contractors Low Rise Housing and Apartments up to 11m – 0 - 9 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 11 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 12 - Main Contractors Low Rise Housing and Apartments up to 11m – 10 - 19 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

45100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 12 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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

Lot 13 - Main Contractors Low Rise Housing and Apartments up to 11m – 20 - 49 Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

45100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 13 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

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

Lot 14 - Main Contractors Low Rise Housing and Apartments up to 11m - 50+ Units

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

45100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 14 encompasses all low rise housing up to 11m in height but typically up to 4 storeys high. Appointed Companies will also be able to deliver Adaptive Pods, this will include the pod and all ancillary works required to install and integrate the pod with the existing property This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 15 - Main Contractors High Rise Housing - 11m or Higher

II.2.2) Additional CPV code(s)

45211000

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

45100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 15 covers projects for Medium to High rise developments with floor heights above 11m covering flats/apartments and mixed use projects. This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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: 16

II.2.1) Title

Lot 16 - Main Contractors Care Homes and Specialised Housing

II.2.2) Additional CPV code(s)

45211200

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 16 covers the provision of specialist housing including Care Homes, Extra Care Housing, Sheltered Housing and Assisted Living Housing. This lot is for main contractors who can provide MMC solutions and Principal Contractor services to deliver all scopes of a construction project including design, manufacturing, groundworks, civils, roadways, drainage installation (sub and super structure), handover and post construction.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

To encourage SMEs and regional bidders each lot is also broken down into multiple regional areas bidders can apply for.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 17 - Main Contractors ‘Room on the Roof’

II.2.2) Additional CPV code(s)

45211000

45211100

45211200

45211300

45211340

45211341

45211350

45211360

44211100

44211000

45223800

45223810

45223820

45223821

45223822

45453100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 17 covers the provision of additional residential accommodation on top of an existing building, (this will include the accommodation and all associated works). In addition to the room on the roof accommodation, refurbishment and energy efficiency measures may need to be provided to the existing building as part of the project.

This also includes the ability for an organisation to supply through either an internal manufacturing facility, nominated third party supplying any MMC categories or another organisation awarded on the framework supplying MMC categories 1 and 2.

This encompasses (but is not limited to) houses, bungalows, flats, apartments, key worker accommodation, temporary accommodation and mixed use sites.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 18 - Groundworks and Associated Works

II.2.2) Additional CPV code(s)

45100000

45211000

45211100

45211200

45211300

45211340

45211341

45211350

45211360

44211100

44211000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 18 is for the provision of Groundworks and associated services encompassing:

- Ground Works

- Civil Engineering and Drainage

- Roadworks and S278 Works

- Site Setup and enabling works

- Hard landscaping

- Geotechnical and exploratory ground investigation and surveys

- Remediation

- Drainage

- Foundations

- Retaining Wall

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 65%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

Lot 19 – Workstream 1 3D Modular Low Rise Housing Super Lot

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Bidders will not specifically apply to be on the Workstream 1 3D Modular Low Rise Housing Super Lot.

Following the evaluation process all companies appointed to one or more of the low rise housing lots 1-4 will be automatically added to the respective superlot.

The super lot can be used for call off opportunities where one of the following criteria applies:

- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.

- Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.

No ranking will be applied within the super lot, and call off will be through mini competition only

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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: 20

II.2.1) Title

Main Contractors Low Rise Housing Super Lot

II.2.2) Additional CPV code(s)

45211000

45211100

45211300

45211340

45211341

45211350

45211360

44211100

44211000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Bidders will not specifically apply to be on the Workstream 3 Main Contractors Low Rise Housing Super Lot.

Following the evaluation process all companies appointed to one or more of the main contractors low rise housing lots 11-14 will be automatically added to the respective superlot.

The super lot can be used for call off opportunities where one of the following criteria applies:

- A client does not receive a suitable number of responses (either at EOI stage or call off tender stage) having advertised their opportunity through the appropriate lot, value band, and geographical area.

- Where there are insufficient Appointed Companies in the relevant lot, value band and geographical area to run the client’s preferred call off procedure.

No ranking will be applied within the super lot, and call off will be through mini competition only

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Capability / Weighting: 50%

Quality criterion: Factory Assessment / Weighting: 15%

Quality criterion: Regional/Social Value / Weighting: 15%

Price / Weighting:  20%

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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:

Bidders will be required to meet a minimum turnover requirement for each lot (please refer to ITT).

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 following minimum levels of insurance:

All lots except lot 9 & 18

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

Public Liability Insurance: 5,000,000 GBP

Professional Indemnity Insurance: 2,000,000 GBP

Lots 9 & 18

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

Public Liability Insurance: 5,000,000 GBP


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Technical requirements:

Bidders are required to have the following:

All Bidders:

Health & Safety ISO 45001 (please refer to ITT for accepted equivalents)

Lots 1-7, 8, 10, 11-17:

Environmental Management ISO 14001 (please refer to ITT for accepted equivalents)

Quality Management ISO 9001 (please refer to ITT for accepted equivalents)


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.

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: 30

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 000-003188

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

Date: 14/10/2022

Local time: 12:00

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: 14/10/2022

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

WPA / LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout England, Wales and Scotland (including members of the Welsh Procurement Alliance).

Thanks to the ongoing and collective feedback and input into the development of this framework, it is both designed and anticipated to support the vast majority of our clients’ and partners’ 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 WPA Partners may add community benefit requirements in their call-off contracts from this Framework including but not limited to:

- Generating education, employment and vocational training opportunities for priority groups and for up-skilling the existing workforce;

- Supporting environmental concerns such as net carbon zero

- Delivering equality and diversity initiatives;

- Making sub-contracting opportunities available to SMEs, local organisations, the third sector and supported businesses;

- Supporting supply-chain development activities;

- Building capacity in community organisations;

- Supporting charitable and community benefit initiatives

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

https://in-tendhost.co.uk/LHC/aspx/Tenders/Current

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

WPA have established the WPA Community Benefit Fund. The fund is being utilised by our Executive Committee Members to reinvest funds generated by WPA activity back into their own communities.

WPA work in partnership with Community Foundation Wales who work alongside our Members to get the best possible return for their communities.

(WA Ref:124033)

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

19/08/2022

Coding

Commodity categories

ID Title Parent category
45223800 Assembly and erection of prefabricated structures Structures construction work
45211310 Bathrooms construction work Construction work for multi-dwelling buildings and individual houses
45000000 Construction work Construction and Real Estate
45211100 Construction work for houses Construction work for multi-dwelling buildings and individual houses
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45211341 Flats construction work Construction work for multi-dwelling buildings and individual houses
45211300 Houses construction work Construction work for multi-dwelling buildings and individual houses
44211100 Modular and portable buildings Prefabricated buildings
45211340 Multi-dwelling buildings construction work Construction work for multi-dwelling buildings and individual houses
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
44211000 Prefabricated buildings Structures and parts of structures
45223822 Prefabricated components Structures construction work
45223810 Prefabricated constructions Structures construction work
45223821 Prefabricated units Structures construction work
45223820 Prefabricated units and components Structures construction work
45453100 Refurbishment work Overhaul and refurbishment work
45211200 Sheltered housing construction work Construction work for multi-dwelling buildings and individual houses
45100000 Site preparation work Construction work
45211360 Urban development construction work Construction work for multi-dwelling buildings and individual houses

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:
19 August 2022
Deadline date:
14 October 2022 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
04 May 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.