Opportunity

Consultancy Services

  • LHC

F02: Contract notice

Notice reference: 2022/S 000-022121

Published 11 August 2022, 11:09am



Section one: Contracting authority

one.1) Name and addresses

LHC

Royal House 2-4 Vine Street

Uxbridge

UB81QE

Email

procurement@lhc.gov.uk

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.lhc.gov.uk

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://in-tendhost.co.uk/lhc/aspx/ProjectManage/3

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/lhc/aspx/ProjectManage/3

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Public Sector Framework Provider


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Consultancy Services

Reference number

CS1

two.1.2) Main CPV code

  • 71310000 - Consultative engineering and construction services

two.1.3) Type of contract

Services

two.1.4) Short description

This opportunity has been listed by LHC on behalf of:

South-West Procurement Alliance (SWPA)

Consortium Procurement Construction (CPC)

LHC

Scottish Procurement Alliance (SPA)

Welsh Procurement Alliance (WPA)

This procurement exercise is to establish a replacement to our successful H1 WS1 Housing Consultancy Framework.

Building on our existing H1 framework, with CS1 we are expanding the scope to include a wider range of consultancy services to offer our clients.

The framework is broken down into 4 workstreams which are:

Professional Consultancy,

Mechanical, Electrical and Plumbing Consultancy,

Asset Management Consultancy,

Environmental Consultancy.

Bidders should note that the lots contained within Workstream 1 - Professional Services (Lots 1 to 15) are only available for the geographical areas of Scotland, South-West England, and Wales. This is because LHC already have a consultancy framework in place which covers a similar scope to that of Workstream 1 - Professional Services that is available within our North and Central England and London and South East England regional areas. Please refer to the ITT document for further details

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Architectural Services (Buildings)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45212350 - Buildings of particular historical or architectural interest
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

All RIBA work stages as defined in the RIBA Plan of Work 2020 in relation to buildings. Architects may also be required to offer additional services such as project management.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of the Architects Registration Board (ARB) which is a mandatory requirement for this lot.

Bidders can also have membership of suitable and recognised professional bodies such as Royal Institute of British Architects (RIBA), Chartered Institute of Architectural Technologists (CIAT) and other similar bodies whilst not mandatory, is desirable.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Architectural Services (Landscaping)

Lot No

2

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

All RIBA work stages as defined in the RIBA Plan of Work 2020 in relation to buildings. Architects may also be required to offer additional services such as project management.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of the Architects Registration Board (ARB) which is a mandatory requirement for this lot.

Bidders can also have membership of suitable and recognised professional bodies such as Royal Institute of British Architects (RIBA), Chartered Institute of Architectural Technologists (CIAT) and other similar bodies whilst not mandatory, is desirable.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Construction Project Management & Administration

Lot No

3

two.2.2) Additional CPV code(s)

  • 71510000 - Site-investigation services
  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To involve all RIBA stages to deliver the clients desired objectives.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a construction body such as the Chartered Institute of Building (CIOB) or International Construction Project Management Association (ICPMA)

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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

Duration in days

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) Description

two.2.1) Title

Construction Contract Administration

Lot No

4

two.2.2) Additional CPV code(s)

  • 79994000 - Contract administration services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To focus on administration of the contract between the employer (client) and the contractor. Duties may also involve issuing instructions, managing variations, and certification management.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as The Royal Institute of Chartered Surveyors (RICS) Association of Project Managers (APM), Membership of the Chartered Institute of Building (CIOB) or equal equivalent with validated experience and knowledge of construction contracts.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Employers' Agent (EA)

Lot No

5

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

Co-ordinating the appointment of contractors, drawing up of contract documentation, administration of contracts on a day-to-day basis, co-ordinate assessments for clients and contractor support to ensure site quality checks are maintained to the call-off contract requirements, over viewing quality control and accepting handover of the completed building project on the client's behalf.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as membership of the Chartered Institute of Building (CIOB), Royal Institution of Chartered Surveyors (RICS) APM or equivalent with experience.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Planning Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71400000 - Urban planning and landscape architectural services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
  • UKM - Scotland

two.2.4) Description of the procurement

The scope of this lot includes:

To offer advice and support on all matters relating to planning, development and associated environmental issues for both building and renovation projects and may include renovations, change of use, listed buildings, feasibility studies etc.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications/experience :

A formal degree in construction planning, along with validated experience and knowledge in property development and management.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Master Planning

Lot No

7

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To offer LHC client's advice and support on all matters relating to planning, development and associated environmental issues for site development, utilities, and infrastructure appraisals, the scope of which may cover, marine, urban planning, transport, roads, community facilities.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

A formal degree in construction planning, along with validated experience and knowledge in property development and management.

For full details please refer to CS1 Technical Specification and ITT documentation.

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Principal Designer

Lot No

8

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To undertake the duties of the CDM Regulations 2015 as Principal Designer in line with Regulations 11 & 12 for notifiable and non-notifiable work, including as a Clients Advisor. Scope includes plan, manage, monitor and coordinate, the pre-construction phase, assist the Client in identifying, obtaining and collating pre-construction information, site visits and ensuring the principal contractor, and others fulfil their duties.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

An industry recognised qualification in line with the Construction Design and Management (CDM) regulations specifically relating to the Principal Designer duties.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Civil & Structural Engineering

Lot No

9

two.2.2) Additional CPV code(s)

  • 45220000 - Engineering works and construction works

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

Requirements are needed for structural design, party walls, civil engineering, site inspections, highways.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as membership of the Institution of Civil Engineers (ICE), The Institute of Structural Engineers (IStructE) or equivalent, with at least one person in the practice to have chartered status.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Clerk of Works

Lot No

10

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To make regular visits to client's sites to ensure that construction work is carried out properly to the client's standards, specification and schedule and that health and safety rules are being followed.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as membership of the Institute of Clerks of Works and Construction Inspectorate (ICWCI) or equivalent, along with evidenced experience is a requirement for this lot. A minimum level 3 diploma in site inspection, or equivalent is desirable, and a Construction Skills Certification Scheme (CSCS) may be required to access some clients CSCS scheme sites.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Building Surveyor

Lot No

11

two.2.2) Additional CPV code(s)

  • 45212350 - Buildings of particular historical or architectural interest
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To provide a building surveying service to various public sector bodies to include, but not limited to, advice on design, construction, maintenance, repair, alteration, budgets, environmental and safety, legal issues and reporting any findings to the client.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as The Royal Institution of Chartered Surveyors (RICS).

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Quantity Surveyors / Cost Consultant

Lot No

12

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To provide Quantity Surveyor services during all construction stages. The scope may also include ensuring that the agreed additional variations are managed, value engineering, accurate management of applications for payment and assessment of capital costs, life cycle costs and maintenance coast as requested.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as The Royal Institution of Chartered Surveyors (RICS) or Quantity Surveyors International (QSI) or equivalent with domestic and commercial building experience as appropriate

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Stock Appraisals (Valuations)

Lot No

13

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

Appraisals to be provided on a variety of public sector client assets which may include buildings and land.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as The Royal Institution of Chartered Surveyors (RICS) or equivalent such as Residential Property Surveyors Association (RPSA).

Additional appropriate qualifications such as through the SAVA school of surveying are desirable.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Stock Condition Surveys

Lot No

14

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To provide LHC clients with an up-to-date condition survey for their property portfolio. Other scope requirements may include utilisation, condition, upgrading etc.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as The Royal Institution of Chartered Surveyors (RICS) or equivalent such as Residential Property Surveyors Association (RPSA).

Additional appropriate qualifications such as through the SAVA school of surveying are desirable.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Multi-Disciplinary

Lot No

15

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To provide a comprehensive service to encompass, architecture, surveying, engineering, cost management, project management and refurbishment works as a complete package covering all RIBA stages.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

A mixture of the qualifications required in this framework, dependant of the disciplines offered.

For full details please refer to CS1 Technical Specification and ITT documentation

Bidders should note that this lot is only available for the geographical areas of Scotland, South-West England, and Wales. Please refer to the ITT document for further details

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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.2.14) Additional information

As a minimum requirement for this lot, Bidders must be able to provide the following roles to the client

Architect (Buildings)

Project Management

Employers Agent

Planning Services

Civil and Structural Engineering

Quantity Surveyor

two.2) Description

two.2.1) Title

Mechanical, Electrical & Plumbing

Lot No

16

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To cover the full range of advice and design services that may be required by a client within a construction service, the cope of which is expected to cover areas such as design, surveys, works planning, supply and distribution and building control systems.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as the Institute of Mechanical Engineers (IMechE), Electrical Contractors Association (ECA), Institute of Engineering and Technology (IET) or equivalent with experience.

For full details please refer to CS1 Technical Specification and ITT documentation

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Building Services Engineer (HVAC)

Lot No

17

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To cover the full range of HVAC advice and design services that may be required by a client in a construction service, the scope of which may cover design, commissioning, surveys etc.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Membership of a suitable and recognised professional body such as the Chartered Institute of Building Services Engineers (CIBSE) or equivalent with experience.

For full details please refer to CS1 Technical Specification and ITT documentation

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

EPC Assessments

Lot No

18

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

The scope of this lot is primarily focused on the provision of providing energy performance certificates (EPC), display energy certificates (dec) and advice for LHC Clients domestic and non-domestic buildings.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Bidders to be Domestic Energy Assessor (DEA) certified for domestic and Non-Domestic Energy Assessor (NDEA) certified for non-domestic. Registration with government departments according to current legislation such as the Department for Communities and Local Government (DCLG).

For full details please refer to CS1 Technical Specification and ITT documentation

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Retrofit Consultancy (2035 and 2038)

Lot No

19

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To oversee both domestic and non-domestic energy efficiency retrofit works.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Bidders to be certified and hold a current valid PAS related qualification such as a PAS Coordinator to cover both domestic and non-domestic installations and assume responsibility for the management of all roles.

For full details please refer to CS1 Technical Specification and ITT documentation

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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.2.14) Additional information

As a minimum requirements for this lot, Bidders must be able to provide the role of PAS 2035 Retrofit Coordinator

two.2) Description

two.2.1) Title

Digital Coordinator

Lot No

20

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To support the activities of implementation of digital delivery into the construction process which should include BIM and Golden Thread compliance through to supporting the use of Digital Construction technologies that underpins the construction site team delivery, including management of any, clash detection processes.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Bidders to have validated BIM experience and a background in architecture, structural or mechanical, electrical systems etc. Qualifications from an industry recognised source such as via The Institution of Structural Engineers (ISTRUCTE), Chartered Institute of Building (CIOB), British Standards institute (BSI) etc

For full details please refer to CS1 Technical Specification and ITT documentation

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Environmental

Lot No

21

two.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To give LHC clients advice on environmental matters through areas such as the effects of new developments on the environment, the control of pollution and noise, the effects of agriculture or recreation on plants and wildlife, the effect of climate change, waste management and recycling.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Bidders to be certified and registered with an appropriate professional registration scheme such as Institute of Ecology and Environmental (CIEEM), Chartered Institute of Waste Management (CIWM), Institute of Environmental Management and assessment (IEMA), or equivalent organisations with previous experience.

For full details please refer to CS1 Technical Specification and ITT documentation

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Waste Management

Lot No

22

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

Preparing, planning, and implementing safe waste disposal strategies and management systems for LHC clients, Compliance with and advising on, environmental laws and regulations, advise on the 360 circular economy, advising on how to minimise embed carbon within project delivery.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Appropriate validated waste management experience and a compliance qualification such as WAMITAB from CIWM (Chartered Institute of Waste Management), or equivalent.

For full details please refer to CS1 Technical Specification and ITT documentation

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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) Description

two.2.1) Title

Health & Safety Advisor/Consultant

Lot No

23

two.2.2) Additional CPV code(s)

  • 71317210 - Health and safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The scope of this lot includes:

To ensure that Client's duties under the Health and Safety at Work Act are reasonably and practicably complied with. This will include during construction works, to provide assistance at tender and during all work stages, (including post completion, commissioning and handover), supervision of the appointed principal contractor to ensure compliance with the Health and Safety At Work Act and CDM Regulations 2015, advising the Client of H&S requirements, and inspection of sites and works to ensure compliance.

Interested parties should be aware that in order to bid for this lot you will be required to evidence you have individuals within your organisation with the following qualifications:

Bidders to hold a suitable qualification such as the National Examinations Board in Occupational Safety and Health (NEBOSH), or Institute of Occupational Safety and Health (IOSH). It is desirable that bidders may also hold Membership (CMIOSH) or fellowship (CFIOSH).

For full details please refer to CS1 Technical Specification and ITT documentation.

two.2.5) Award criteria

Quality criterion - Name: General and Technical Questions / Weighting: 70

Price - Weighting: 30

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

There is no minimum turnover requirement set for this framework, however 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.

Minimum level(s) of standards possibly required

Bidders will be required to have the minimum levels of insurance listed below to be considered eligible for this framework.

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

Public Liability Insurance: £5,000,000

Professional Indemnity Insurance: £2,000,000


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: 7

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 000-004231

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

Date

13 October 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

13 October 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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 partners of the Welsh Procurement Alliance, Scottish Procurement Alliance and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time.

Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of 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 England, Wales and Scotland as defined by the Public Contracts Regulations 2015 and as listed on https://www.lhc.gov.uk/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 LHC clients may add community benefit requirements in their call-off contracts from this Framework including but not limited to:

- to generate employment and training opportunities for priority groups;

- vocational training;

- to up-skill the existing workforce;

- equality and diversity initiatives;

- to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;

- supply-chain development activity;

- to build capacity in community organisations;

- educational support initiatives.

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

https://in-tendhost.co.uk/lhc

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Roseberry Court, Central Avenue, St Andrews Business Park

Norwich

NR7 0HS

Country

United Kingdom