Tender

Professional Services

  • South Wales Fire and Rescue Service
  • Welsh Ambulance Services NHS Trust

F02: Contract notice

Notice identifier: 2021/S 000-022439

Procurement identifier (OCID): ocds-h6vhtk-02df16

Published 9 September 2021, 4:35pm



Section one: Contracting authority

one.1) Name and addresses

South Wales Fire and Rescue Service

South Wales Fire and Rescue Service Headquarters, Forest View Business Park, Llantrisant

Llantrisant

CF72 8LX

Email

m-deasy@southwales-fire.gov.uk

Telephone

+44 1443232082

Fax

+44 1443232180

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

www.southwales-fire.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0360

one.1) Name and addresses

Welsh Ambulance Services NHS Trust

St Asaph

LL17 0LJ

Email

Martyn.James@wales.nhs.uk

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.ambulance.wales.nhs.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.sell2wales.gov.wales

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Professional Services

two.1.2) Main CPV code

  • 71315200 - Building consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

South Wales Fire and Rescue Service (SWFRS) in collaboration with Welsh Ambulance Service Trust (WAST) are seeking to appoint suitably qualified consultants to provide professional services and advice to each organisation.

The tender will be split into eighteen lots based on location and discipline and suppliers will have the opportunity to bid for one or more lots.

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

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

WAST (North): Cost Management Services

Lot No

8

two.2.2) Additional CPV code(s)

  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide cost management services and advice for new build and refurbishment projects. Services will include but are not limited to; cost planning, cash flow forecasting, tendered cost scrutiny and valuation negotiation.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

SWFRS: Cost Management Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide cost management services and advice for new build and refurbishment projects. Services will include but are not limited to; cost planning, cash flow forecasting, tendered cost scrutiny and valuation negotiation.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

WAST (North): Architectural Services

Lot No

7

two.2.2) Additional CPV code(s)

  • 71221000 - Architectural services for buildings
  • 71220000 - Architectural design services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide design, architectural and planning services, CDM services and Clerk of works services and advice for new build and refurbishment projects.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

SWFRS: Civil and Structural Engineering Services and Environmental Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide civil, structural and environmental services and advice for new build and refurbishment projects. Services will include but are not limited to; structural design, drainage design, SUDS planning etc.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

WAST (North): Civil and Structural Engineering Services and Environmental Services

Lot No

9

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide civil, structural and environmental services and advice for new build and refurbishment projects. Services will include but are not limited to; structural design, drainage design, SUDS planning etc.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

WAST (North): Building Services Engineering Services

Lot No

10

two.2.2) Additional CPV code(s)

  • 71315210 - Building services consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide building services design and advice for new build and refurbishment projects. Services will include but are not limited to; Mechanical and Electrical design to replace existing plant and new build sites. Possible cost saving and environmental design and advice such a solar panels and rainwater harvesting systems.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

SWFRS: Building Services Engineering Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 71315210 - Building services consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide building services design and advice for new build and refurbishment projects. Services will include but are not limited to; Mechanical and Electrical design to replace existing plant and new build sites. Possible cost saving and environmental design and advice such a solar panels and rainwater harvesting systems.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

SWFRS: Project and Programme Management

Lot No

5

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide project and programme management services for new build and refurbishment projects. The successful supplier will be expected to manage major projects and minor projects of a complex nature and also ensure that projects are kept on programme throughout. There is a requirement in this role to manage the Design Team throughout the project.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

WAST (North): Project and Programme Management

Lot No

11

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide project and programme management services for new build and refurbishment projects. The successful supplier will be expected to manage major projects and minor projects of a complex nature and also ensure that projects are kept on programme throughout. There is a requirement in this role to manage the Design Team throughout the project.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

SWFRS: Decarbonisation

Lot No

6

two.2.2) Additional CPV code(s)

  • 45262640 - Environmental improvement works
  • 71313400 - Environmental impact assessment for construction
  • 71313000 - Environmental engineering consultancy services
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide advice and specifications to reduce carbon for both energy to power the estate and also the operational fleet. This will require comparisons of solutions whilst also the development of programmes of improvements to reduce carbon across the whole organisation. Experience and knowledge of renewable initiatives are fundamental as would be the assessment of existing building stock to establish best fit solutions.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

WAST (North): Decarbonisation

Lot No

12

two.2.2) Additional CPV code(s)

  • 45262640 - Environmental improvement works
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide advice and specifications to reduce carbon for both energy to power the estate and also the operational fleet. This will require comparisons of solutions whilst also the development of programmes of improvements to reduce carbon across the whole organisation. Experience and knowledge of renewable initiatives are fundamental as would be the assessment of existing building stock to establish best fit solutions.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

WAST (South): Architectural Services

Lot No

13

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71221000 - Architectural services for buildings
  • 71220000 - Architectural design services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide design, architectural and planning services, CDM services and Clerk of works services and advice for new build and refurbishment projects.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

WAST (South): Cost Management Services

Lot No

14

two.2.2) Additional CPV code(s)

  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide cost management services and advice for new build and refurbishment projects. Services will include but are not limited to; cost planning, cash flow forecasting, tendered cost scrutiny and valuation negotiation.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

WAST (South): Civil and Structural Engineering Services and Environmental Services

Lot No

15

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide civil, structural and environmental services and advice for new build and refurbishment projects. Services will include but are not limited to; structural design, drainage design, SUDS planning etc.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

WAST (South): Building Services Engineering Services

Lot No

16

two.2.2) Additional CPV code(s)

  • 71315210 - Building services consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide building services design and advice for new build and refurbishment projects. Services will include but are not limited to; Mechanical and Electrical design to replace existing plant and new build sites. Possible cost saving and environmental design and advice such a solar panels and rainwater harvesting systems.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

WAST (South): Project and Programme Management

Lot No

17

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide project and programme management services for new build and refurbishment projects. The successful supplier will be expected to manage major projects and minor projects of a complex nature and also ensure that projects are kept on programme throughout. There is a requirement in this role to manage the Design Team throughout the project.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

WAST (South): Decarbonisation

Lot No

18

two.2.2) Additional CPV code(s)

  • 45262640 - Environmental improvement works
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71313420 - Environmental standards for construction
  • 71313430 - Environmental indicators analysis for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313450 - Environmental monitoring for construction

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide advice and specifications to reduce carbon for both energy to power the estate and also the operational fleet. This will require comparisons of solutions whilst also the development of programmes of improvements to reduce carbon across the whole organisation. Experience and knowledge of renewable initiatives are fundamental as would be the assessment of existing building stock to establish best fit solutions.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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) Description

two.2.1) Title

SWFRS: Architectural Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71221000 - Architectural services for buildings
  • 71220000 - Architectural design services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To provide design, architectural and planning services, CDM services and Clerk of works services and advice for new build and refurbishment projects.

The successful consultant will be expected to work closely with all stakeholders and various other disciplines within the Design Team. Projects will be ad hock and vary on size, complexity and value.

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

36

This contract is subject to renewal

Yes

Description of renewals

The term of the contract will be 3 years with an option to extend, at the sole discretion of the contracting body for up to an additional 1 year.

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

Envisaged number of candidates: 5

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All suppliers must be suitably qualified to provide professional services and advice to each organisation.

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

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

Date

12 October 2021

Local time

12:00pm

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

1 November 2021

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

English, Welsh


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=113893.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

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

(WA Ref:113893)

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