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

Development & Maintenance Consultancy Framework

  • First published: 21 October 2022
  • Last modified: 11 November 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-121425
Published by:
The Procurement Partnership Ltd
Authority ID:
AA82515
Publication date:
21 October 2022
Deadline date:
09 December 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Grŵp Cynefin is seeking to create a multi-lot Development Consultants Framework (“Framework”) across their area of operation to a range of Service Providers. The Framework is intended for use across North Wales, as required by Grŵp Cynefin and other Contracting Authorities (primarily other registered providers of social housing) across this area. References to Grŵp Cynefin are to be considered to include other Contracting Authorities that may access the resultant Framework. The definable groups of Contracting Authorities that may access this Framework are available from the following web locations: https://gov.wales/registered-social-landlords https://gov.wales/find-your-local-authority Framework duration will be 4 years, with commencement anticipated for February 2023. Grŵp Cynefin estimated expenditure (with Service Providers, not the total estimate of build costs) across the multiple lots of the proposed Framework is circa 8,000,000GBP. A further 2,000,000GBP is anticipated under awards made by other Contracting Authorities. CPV: 71000000, 71240000, 77211500, 71410000, 71311000, 71311100, 71312000, 71313000, 71322100, 71322500, 71324000, 71334000, 71000000, 71242000, 72224000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Grŵp Cynefin

Ty Silyn, Y Sgwar, Penygroes

Caernarfon

LL54 6LY

UK

Contact person: Phil Williams

Telephone: +44 1954250517

E-mail: tenders@tppl.co.uk

NUTS: UKL

Internet address(es)

Main address: https://www.grwpcynefin.org/

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA29780

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/grwpcynefin/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/grwpcynefin/aspx/Home


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Development & Maintenance Consultancy Framework

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Grŵp Cynefin is seeking to create a multi-lot Development Consultants Framework (“Framework”) across their area of operation to a range of Service Providers. The Framework is intended for use across North Wales, as required by Grŵp Cynefin and other Contracting Authorities (primarily other registered providers of social housing) across this area. References to Grŵp Cynefin are to be considered to include other Contracting Authorities that may access the resultant Framework.

The definable groups of Contracting Authorities that may access this Framework are available from the following web locations:

https://gov.wales/registered-social-landlords

https://gov.wales/find-your-local-authority

Framework duration will be 4 years, with commencement anticipated for February 2023. Grŵp Cynefin estimated expenditure (with Service Providers, not the total estimate of build costs) across the multiple lots of the proposed Framework is circa 8,000,000GBP. A further 2,000,000GBP is anticipated under awards made by other Contracting Authorities.

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  GBP

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

Architect

II.2.2) Additional CPV code(s)

71240000

77211500

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Architectural Services, potentially to also include following activities:

-Landscape Architect

-TOPO Inspections

-Arboriculture

-Ecological, Biodiversity and Environmental

-Archology / Watching Brief

-Arboriculture

-Principal Designer (CDM)

-CDM Advisor

-Arboriculture

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Planning Consultant

II.2.2) Additional CPV code(s)

71410000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Planning consultants, may include language assessments, and guidance on building preservation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Civils and Structural Engineer

II.2.2) Additional CPV code(s)

71311000

71311100

71312000

71313000

71322100

71322500

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Engineer services, including:

- Transport Assessment

- Floods Engineer

- Civil Engineer

- Structural Engineer

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 4

II.2.1) Title

Quantity Surveyor, Clerk of Works, Employers Agent, CDM Principal Designer and Project Manager

II.2.2) Additional CPV code(s)

71324000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Quantity Surveyor, Clerk of Works, Employers Agent, CDM Principal Designer and Project Manager

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 5

II.2.1) Title

Mechanical and Electrical

II.2.2) Additional CPV code(s)

71334000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Mechanical and electrical design services, including but not limited to:

-Fire and security alarm systems

-Mains distribution systems

-Lighting design and controlled lighting, including LED

-Generator planning/design

-Electrical wiring design

-Mechanical and electrical design, with AutoCAD technical drawings

-Design and installation of heating, ventilation, gas and air conditioning systems and fire systems

-Photovoltaic (PV) panels

-Zero and/or low carbon systems, e.g. heat pumps

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 6

II.2.1) Title

Multidisciplinary / Super Lot

II.2.2) Additional CPV code(s)

71000000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Activities required under this lot are to be the entire package of services covered by the other lots of this framework, primarily lots 1 – 5. This lot is expected to be accessed infrequently (probably no more than once annually, if at all) by Grŵp Cynefin and will be for high value/complex developments, most likely exceeding 10(GBP)million in build cost.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 7

II.2.1) Title

Maintenance

II.2.2) Additional CPV code(s)

71242000

72224000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

It is envisaged that this lot will be used for project management and clerk of works services as required by the maintenance team for projects where the value of capital works is typically less than 250,000GBP ex VAT with some exceptions

Service providers should be able to cover the whole of Grŵp Cynefin’s operational area. The area to be covered spans the whole of North Wales and the North of Powys. Within Grŵp Cynefin’s operational area there are numerous rural locations where the services envisaged by this lot will be required. These rural areas include, but are not limited to, the Llŷn Peninsula and the South of Gwynedd.

The scope of services associated with contracts awarded under this lot will be confirmed during call-off processes but will be similar to requirements shown under lot 4.

Activities and services to include, but not limited to:

-Development of Scope of Works and Specification

-Preparation of Formal Tender Documents

-Lead Designer

-Cost Control

-Contract Document Preparation

-Project Management

-Clerk of Works

-CDM Principal Designer

-Building Defects Reporting

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to 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: 46

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-013626

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

Date: 25/11/2022

Local time: 12:00

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

EN

CY

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)

IV.2.7) Conditions for opening of tenders

Date: 25/11/2022

Local time: 12:00

Place:

Grwp Cynefin or TPPL offices

Information about authorised persons and opening procedure:

TPPL and Grwp Cynefin officers with appropriate authority to open tender submissions via Grwp Cynefin's tender platform.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Framework may potentially be reprocured in 4 years.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

(WA Ref:125756)

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.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Grwp Cynefin will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the contract before it is executed/signed.

The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.

VI.5) Date of dispatch of this notice

21/10/2022

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311100 Civil engineering support services Civil engineering consultancy services
71322500 Engineering-design services for traffic installations Engineering design services for the construction of civil engineering works
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
71324000 Quantity surveying services Engineering design services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
71312000 Structural engineering consultancy services Consultative engineering and construction services
77211500 Tree-maintenance services Services incidental to logging
71410000 Urban planning services Urban planning and landscape architectural services

Delivery locations

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

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
20 May 2022
Notice type:
01 Prior Information Notice (PIN)
Authority name:
The Procurement Partnership Ltd
Publication date:
21 October 2022
Deadline date:
09 December 2022 00:00
Notice type:
02 Contract Notice
Authority name:
The Procurement Partnership Ltd
Publication date:
11 November 2022
Notice type:
14 Corrigendum
Authority name:
The Procurement Partnership Ltd
Publication date:
06 April 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
The Procurement Partnership Ltd

About the buyer

Main contact:
tenders@tppl.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
11/11/2022 16:16
Notice date(s) changed
IV.2.2) Time limit
Old date: 25/11/2022 12:00
New date: 09/12/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 25/11/2022 12:00
New date: 09/12/2022 12:00

The deadline has been extended by 2 weeks to ensure all bidders have ample opportunity to complete and submit their bids. The new deadline for submissions is the 9th of December 2022 at 12noon.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.