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

OffSite Project Integrator Wales

  • First published: 22 July 2019
  • Last modified: 22 July 2019

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-094117
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
22 July 2019
Deadline date:
16 August 2019
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

LHC is seeking innovative suppliers to support the development of an OffSite Housing Project Framework solution that covers every aspect of the management / integration of a call-off project from pre-project initiation and land assembly though brief preparation,design, manufacture, construction, installation, finishing, handover and review. As the integrated product/service/works solution envisaged does not presently exist in the open market, LHC is proposing an Innovation Partnership procurement process, where economic operators are invited to develop the solution in a number of negotiated phases and finally submit bids to be awarded the OffSite Project Integrator Framework. Eligible public sector bodies will be able to call-off this framework over its lifetime which is envisaged (at this stage) to be a minimum of six years with the possibility of three two year extensions, with a maximum of twelve years duration. Candidates are required to complete a PQQ available on Proactis. CPV: 71000000, 71000000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

2-4 Vine Street

Uxbridge

UB8 1QE

UK

Telephone: +44 1895274800

E-mail: tim.oakley@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://procontract.due-north.com/Supplier/Advert/View?advertId=8e8c47b9-233f-e911-80f3-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Supplier/Advert/View?advertId=8e8c47b9-233f-e911-80f3-005056b64545


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

OffSite Project Integrator Wales

Reference number: OPI1 W

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

LHC is seeking innovative suppliers to support the development of an OffSite Housing Project Framework solution that covers every aspect of the management / integration of a call-off project from pre-project initiation and land assembly though brief preparation,design, manufacture, construction, installation, finishing, handover and review.

As the integrated product/service/works solution envisaged does not presently exist in the open market, LHC is proposing an Innovation Partnership procurement process, where economic operators are invited to develop the solution in a number of negotiated phases and finally submit bids to be awarded the OffSite Project Integrator Framework. Eligible public sector bodies will be able to call-off this framework over its lifetime which is envisaged (at this stage) to be a minimum of six years with the possibility of three two year extensions, with a maximum of twelve years duration. Candidates are required to complete a PQQ available on Proactis.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71000000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Various locations across the region.The framework terms allows for work to also be undertaken in other regions.

II.2.4) Description of the procurement

Undertake the services described in Section II Object.

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualitative / Weighting: 80

Price / Weighting:  20

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

3 (three) 24 month extensions.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

LHC uses the following ratios to evaluate each Tenderer’s financial status:

Turnover: this is calculated as twice the typical value for projects called off this framework. If a company’s turnover in each of the last 2 years exceeds 80000 GBP then it passes. Failure to meet the minimum turnoveramount will exclude the tenderer to further evaluation. For new start-ups, demonstrate financial status (e.g.forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank,charity accruals accounts or an alternative means of demonstrating financial status). LHC shall consider theinformation and may accept the company with or without financial restrictions.

Profitability: this is calculated as profit after tax but before dividends and minority interests.

Liquidity: this is calculated as current assets and work in progress, divided by current liabilities.

If a company passes both profitability and liquidity, the company meets the framework requirement.

If you fail either profitability or liquidity LHC shall require additional financial information from tenderers, andtake this into consideration in the financial assessment process and also obtain independent assessments on the financial information provided by the tenderer, or where applicable the Parent/Holding Company, and take this into consideration in the financial assessment, LHC shall consider the information and may accept the company with or without financial restrictions. Failure to meet both profitability and liquidity criteria will exclude the tenderer to further evaluation.

The ability to meet the ESPD/SQ form including, legal status, blacklisting, modern slavery, fair working practices and involvement/support of local community schemes as may be stated in a call-off contract. Further details are provided within the ITT documentation.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

List and brief description of selection criteria:

1) Meet the public procurement regulations requirements;

2) Financial and economical requirement as set out in the Contract Notice;

3) The following minimum levels of insurance whilst appointed to the framework:

(a) employer's liability insurance 5 000 000 GBP;

(b) public liability insurance 5 000 000 GBP;

(c) professional indemnity insurance 5 000 000 GBP.

Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Maintain professional ability thoughout the framework and each call-off contract period.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Innovation partnership

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.

Justification for any framework agreement duration exceeding 4 years: Depending on the nature and result of this Innovation Partnership procedure, companies may be required to invest significant resources to the delivery of the resources. If the result does not result in such commitment, LHC reserves the right to limit the duration of the framework to 48 months.

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:

2019/S 065-151540

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

Date: 16/08/2019

Local time: 16:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 06/09/2019

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: 3 (from the date stated for receipt of tender)

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 the Welsh Procurement Alliance (WPA).

Due to the reach and scale of LHC partners' portfolios, the framework aims to support the delivery of housing throughout Wales. Consequently, whilst not specifically consulted in the development of this framework, other contracting authorities as defined by the Public Contracts Regulations 2015 and as described in www.LHC/gov.uk/24 may also deem the framework to offer a value for money procurement solution for their requirements, and may also use the framework. However, bidders should only consider the opportunity presented by current and future members of the LHC when preparing and submitting their bids.

A sub-contract clause has been included in this contract.

Community benefits are included in this requirement. For more information see Schedule 1 of the FAC1 agreement included with the tender documents.

NOTE: To register your interest in this notice and obtain any additional information please visit the LHC portal https://procontract.due-north.com/Login.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

to be determined at call-off stage.

(WA Ref:94117)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

LHC for the Welsh Procurement Alliance (WPA)

2-4 Vine Street

Uxbridge

UB8 1QE

UK

Telephone: +44 1895274800

Internet address(es)

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

VI.5) Date of dispatch of this notice

18/07/2019

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate

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:
22 July 2019
Deadline date:
16 August 2019 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
31 January 2020
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:
tim.oakley@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.