- Scope of the procurement
- Lot 2. Mechanical, Electrical & Plumbing Consultancy Services
- Lot 1. Architectural Services
- Lot 3. Project Management & Cost Consultancy
- Lot 4. Property Related Structural Engineering Services
- Lot 5. Low Energy Consultancy Services
- Lot 6. Planning Consultancy Services
- Lot 7. Multi-Disciplinary Services
Section one: Contracting authority
one.1) Name and addresses
Carmarthenshire County Council
County Hall
Carmarthen
SA31 1JP
Contact
Helen Beddow
Telephone
+44 7525188226
Country
United Kingdom
NUTS code
UKL14 - South West Wales
Internet address(es)
Main address
http://www.carmarthenshire.gov.wales
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0281
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etenderwales.bravosolution.co.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Carmarthenshire Construction Professional Services Framework
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Carmarthenshire County Council wishes to establish a new Construction Professional Services Framework and appoint suitably qualified Consultants to provide it with property-related project management and full design team services.
The Framework will consist of discipline-specific lots, namely:
- Architectural services
- Mechanical, Electrical & Plumbing (MEP) Consultancy Services
- Project Management and Cost Consultancy Services
- Property Related Structural Engineering Services
- Low Energy Consultancy Services
- Planning Consultancy Services
- Multi-Disciplinary Services
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Mechanical, Electrical & Plumbing Consultancy Services
Lot No
2
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71300000 - Engineering services
- 71330000 - Miscellaneous engineering services
- 71334000 - Mechanical and electrical engineering services
- 71333000 - Mechanical engineering services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71321300 - Plumbing consultancy services
two.2.3) Place of performance
NUTS codes
- UKL14 - South West Wales
- UKL17 - Bridgend and Neath Port Talbot
- UKL18 - Swansea
Main site or place of performance
Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).
two.2.4) Description of the procurement
This lot will be for Mechanical, Electrical and Plumbing (MEP) Consultancy Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. Tenderers may only bid for one lot between Lots 1 and 4. If a tenderer bids for Lot 7, they cannot bid for Lots 1 to 4. Full details are provided in the tender documentation.
two.2) Description
two.2.1) Title
Architectural Services
Lot No
1
two.2.2) Additional CPV code(s)
- 71220000 - Architectural design services
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71221000 - Architectural services for buildings
- 71210000 - Advisory architectural services
- 71222000 - Architectural services for outdoor areas
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
two.2.3) Place of performance
NUTS codes
- UKL14 - South West Wales
- UKL17 - Bridgend and Neath Port Talbot
- UKL18 - Swansea
Main site or place of performance
Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).
two.2.4) Description of the procurement
This lot will be for Architectural Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. Tenderers may only bid for one lot between Lots 1 and 4. If a tenderer bids for Lot 7, they cannot bid for Lots 1 to 4. Full details are provided in the tender documentation.
two.2) Description
two.2.1) Title
Project Management & Cost Consultancy
Lot No
3
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71300000 - Engineering services
- 71310000 - Consultative engineering and construction services
- 71312000 - Structural engineering consultancy services
- 71240000 - Architectural, engineering and planning services
two.2.3) Place of performance
NUTS codes
- UKL14 - South West Wales
- UKL17 - Bridgend and Neath Port Talbot
- UKL18 - Swansea
Main site or place of performance
Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).
two.2.4) Description of the procurement
This lot is for Project Management & Cost Consultancy services for commissions of all values. Up to 10 consultants to be appointed to this Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. Tenderers may only bid for one lot between Lots 1 and 4. If a tenderer bids for Lot 7, they cannot bid for Lots 1 to 4. Full details are provided in the tender documentation.
two.2) Description
two.2.1) Title
Property Related Structural Engineering Services
Lot No
4
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71300000 - Engineering services
- 71320000 - Engineering design services
- 71322100 - Quantity surveying services for civil engineering works
- 71322000 - Engineering design services for the construction of civil engineering works
- 71324000 - Quantity surveying services
- 71200000 - Architectural and related services
- 71240000 - Architectural, engineering and planning services
- 71242000 - Project and design preparation, estimation of costs
- 71244000 - Calculation of costs, monitoring of costs
two.2.3) Place of performance
NUTS codes
- UKL14 - South West Wales
- UKL17 - Bridgend and Neath Port Talbot
- UKL18 - Swansea
Main site or place of performance
Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).
two.2.4) Description of the procurement
This lot is for Property Related Structural Engineering Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. Tenderers may only bid for one lot between Lots 1 and 4. If a tenderer bids for Lot 7, they cannot bid for Lots 1 to 4. Full details are provided in the tender documentation.
two.2) Description
two.2.1) Title
Low Energy Consultancy Services
Lot No
5
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UKL14 - South West Wales
- UKL17 - Bridgend and Neath Port Talbot
- UKL18 - Swansea
Main site or place of performance
Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).
two.2.4) Description of the procurement
This lot is for Low Energy Consultancy Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There are no restrictions for Lots 5 and 6, therefore tenderers may bid for one of the Lots between Lots 1 and 4, and Lots 5 and 6, or, they can bid for Lot 7 and Lots 5 and 6. Full details are provided in the tender documentation.
two.2) Description
two.2.1) Title
Planning Consultancy Services
Lot No
6
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71240000 - Architectural, engineering and planning services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71410000 - Urban planning services
two.2.3) Place of performance
NUTS codes
- UKL14 - South West Wales
- UKL17 - Bridgend and Neath Port Talbot
- UKL18 - Swansea
Main site or place of performance
Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).
two.2.4) Description of the procurement
This lot is for Planning Consultancy Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
There are no restrictions for Lots 5 and 6, therefore tenderers may bid for one of the Lots between Lots 1 and 4, and Lots 5 and 6, or, they can bid for Lot 7 and Lots 5 and 6. Full details are provided in the tender documentation.
two.2) Description
two.2.1) Title
Multi-Disciplinary Services
Lot No
7
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71500000 - Construction-related services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71530000 - Construction consultancy services
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
two.2.3) Place of performance
NUTS codes
- UKL14 - South West Wales
- UKL17 - Bridgend and Neath Port Talbot
- UKL18 - Swansea
Main site or place of performance
Carmarthenshire, although the Other Participating Bodies may commission services in Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea (see VI.3).
two.2.4) Description of the procurement
This lot will be for Multi-Disciplinary Services for commissions of all values. Up to 10 consultants to be appointed to this Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. If a tenderer bids for Lot 7, they cannot bid for any of Lots 1 to 4 but are permitted to bid for Lots 5 and 6. Full details are provided in the tender documentation.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 70
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-032704
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 June 2023
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 June 2023
Local time
10:00am
Place
Carmarthenshire County Council Offices
Information about authorised persons and opening procedure
Carmarthenshire County Council Officers
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
IMPORTANT TENDER INFORMATION
ETENDERWALES PORTAL - This procurement exercise will be conducted via the eTenderWales portal. To assist you in locating these opportunities on the eTenderWales portal, the project code is: project_51493.
The project comprises of one overarching Qualification Invitation to Tender (ITT), in addition to lot-specific ITTs. To constitute a valid tender, bidders are required to submit one completed overarching Qualification ITT AND a Lot-specific ITT (containing a Technical and Commercial Envelope) for EACH LOT they are tendering for. All tender documents such as the Framework Agreement, Instructions to Tenderers etc. are contained within the overarching Qualification ITT and the Lot-specific ITTs. To access the tender documents, please register your company on the eTenderWales portal at: www.etenderwales.bravosolution.co.uk
BUSINESS WALES EVENT - Business Wales will be facilitating a free live tender webinar specifically for those tendering for this Framework, to be held on 19/05/2023. Business Wales will offer advice and guidance on accessing the e-tender and submitting a bid. Registration is essential in order to reserve a place on the webinar. To register, please contact Business Wales on 01267 233749 or by email at: westwales@businesswales.org.uk
LOTTING RESTRICTIONS - Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can bid for in relation to Lots 1–4 and Lot 7. Tenderers may only bid for one lot between Lots 1 and 4. If a tenderer bids for Lot 7, they cannot bid for Lots 1 to 4. There are no restrictions for Lots 5 and 6, therefore tenderers may bid for one of the Lots between Lots 1 and 4, and Lots 5 and 6, or, they can bid for Lot 7 and Lots 5 and 6. Full details are provided in the tender documentation.
OTHER PARTICIPATING BODIES - This will be a Carmarthenshire County Council framework with neighbouring local authorities named as Other Participating Bodies (OPBs), in addition to any company (as defined by Section 1 the Companies Act 2006) which is wholly or partly owned by Carmarthenshire County Council, or by any of the Other Participating Bodies. The Other Participating Bodies which have an option to utilise the Framework but have made no commitment to their usage of the arrangement during its Term, are:
- Ceredigion County Council
- Neath Port Talbot County Borough Council
- Pembrokeshire County Council
- Swansea Council
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=130862
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:
Community Benefits are a mandatory requirement and consultants will be expected to actively deliver and monitor Community Benefits as part of this framework. Some requirements will be proportionate to call-off values (e.g. targeted recruitment and training) and some will not be linked to specific call-offs but deliverable across the framework duration (e.g. contributions to education). Full details are provided in the tender documentation.
(WA Ref:130862)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom