Opportunity

Carmarthenshire Construction Professional Services Framework

  • Carmarthenshire County Council

F02: Contract notice

Notice reference: 2023/S 000-012140

Published 27 April 2023, 2:09pm



Section one: Contracting authority

one.1) Name and addresses

Carmarthenshire County Council

County Hall

Carmarthen

SA31 1JP

Contact

Helen Beddow

Email

ccpsf@carmarthenshire.gov.uk

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