Tender

Tender for a Lead Delivery and Coordination Partner for the Home-Grown Homes Project Phase 2

  • Powys County Council

F02: Contract notice

Notice identifier: 2022/S 000-025711

Procurement identifier (OCID): ocds-h6vhtk-03682d

Published 13 September 2022, 4:59pm



Section one: Contracting authority

one.1) Name and addresses

Powys County Council

County Hall

Llandrindod Wells

LD1 5LG

Email

commercialservices@powys.gov.uk

Telephone

+44 1597826000

Country

United Kingdom

NUTS code

UKL24 - Powys

Internet address(es)

Main address

http://www.powys.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0354

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

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

Tender for a Lead Delivery and Coordination Partner for the Home-Grown Homes Project Phase 2

Reference number

pqq_33325

two.1.2) Main CPV code

  • 71313000 - Environmental engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Powys County Council is seeking to appoint a delivery partner to deliver the Home-Grown Homes Project Phase 2.

The objectives of the project must be completed, and all outputs delivered to the Council by no later than 31st March 2025. The objectives are as follows:

1. Considering options to pay for Greenhouse Gas removal from wood in construction.

2. Working with sawmills and the processing sector to increase the supply of high-quality construction grade timber in Wales, including through creating Environmental Product Declarations for Welsh timber and manufactured products.

3. Working to develop markets for use of timber-based construction products, such as wood fibre insultation, timber window frames, etc.

4. Working in the fields of secondary education, further education, and higher-level education to develop training programmes and syllabuses to enable the development of skills needed to deliver a Welsh Wood Economy.

5. Assessing the future timber supply needed in Wales to decarbonise the economy and support the forestry sector in woodland creation to meet these needs.

6. Supporting and assisting the development and implementation of the Timber Industrial Strategy for Wales, providing expertise and guidance where required.

7. Supporting the development and establishment of the National Forest, providing expertise and developing ways that the National Forest can supply high quality construction timber, whilst also providing recreation and health benefits.

two.1.5) Estimated total value

Value excluding VAT: £1,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services
  • 71310000 - Consultative engineering and construction services
  • 72221000 - Business analysis consultancy services
  • 79411100 - Business development consultancy services
  • 03440000 - Forestry products
  • 03419000 - Timber
  • 03419100 - Timber products

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Powys County Council is seeking to appoint a delivery partner to deliver the Home-Grown Homes Project Phase 2.

The objectives of the project must be completed, and all outputs delivered to the Council by no later than 31st March 2025. The objectives are as follows:

1. Considering options to pay for Greenhouse Gas removal from wood in construction.

2. Working with sawmills and the processing sector to increase the supply of high-quality construction grade timber in Wales, including through creating Environmental Product Declarations for Welsh timber and manufactured products.

3. Working to develop markets for use of timber-based construction products, such as wood fibre insultation, timber window frames, etc.

4. Working in the fields of secondary education, further education, and higher-level education to develop training programmes and syllabuses to enable the development of skills needed to deliver a Welsh Wood Economy.

5. Assessing the future timber supply needed in Wales to decarbonise the economy and support the forestry sector in woodland creation to meet these needs.

6. Supporting and assisting the development and implementation of the Timber Industrial Strategy for Wales, providing expertise and guidance where required.

7. Supporting the development and establishment of the National Forest, providing expertise and developing ways that the National Forest can supply high quality construction timber, whilst also providing recreation and health benefits.

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

23

This contract is subject to renewal

Yes

Description of renewals

2+1+1+1

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

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

Highest three scoring PQQ responses.

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

As per the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must pass a financial check which will be carried out in accordance with the document Appendix 5 – Financial Assessments Information, found under the Attachments Area of the eTenderWales Portal.

Should it be required, Bidder's may be asked to provide surety to the Council in regards to their financial standing, which may include but not be limited to: a Parent Company Guarantee, a Bank Guarantee; or a Performance Bond.

Minimum level(s) of standards possibly required

Bidders must pass a financial check which will be carried out in accordance with the document Appendix 5 – Financial Assessments Information, found under the Attachments Area of the eTenderWales Portal.

three.1.3) Technical and professional ability

List and brief description of selection criteria

It is a minimum requirement that:

Bidders must have demonstrable experience of delivering projects of a similar nature in terms of scope, value and duration within the timber industry.

Bidders must have demonstrable experience of undertaking supply chain intervention and development.

Bidders must have demonstrable experience of engaging and managing large, diverse groups of stakeholders.

Bidders must have demonstrable experience of working with the Welsh public sector, including Welsh Government, local government, housing associations and National Resources Wales, or directly comparable experience of working with the equivalent bodies elsewhere in the UK.

Bidders are registered with a Cyber Essentials Certification Scheme and ISO 2700, if Bidders are proposing to collect and store personal or sensitive data as part of their project proposal.

Minimum level(s) of standards possibly required

It is a minimum requirement that Bidder must have, or agree to put in place the following levels of insurance:

- Public Liability - 5,000,000 GBP

- Employer Liability - 5,000,000 GBP

- Professional Indemnity - 5,000,000 GBP

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

17 October 2022

Local time

12:00pm

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

23 November 2022

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Instructions for Suppliers – Registration on eTenderwales -

Powys County Council will be conducting this tender through the Value Wales e-Tendering portal. This

can be found at https://etenderwales.bravosolution.co.uk/home.html, all information may be downloaded and returned

through this channel.

Internet address(es): http://etenderwales.bravosolution.co.uk

Suppliers Instructions How to Express Interest in this Tender

1. Register your company on the eTenderwales portal (this is only required once)

- Browse to the eSourcing Portal: https://etenderwales.bravosolution.co.uk/home.html

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

5.1

- Click the “Open Access ITTs” link.

- Click on the relevant ITT to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the ITT into your “My ITTs” page. (This is a secure area reserved for your projects only)

- Click on the ITT code, you can now access any attachments by clicking the “Settings and Buyer

Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the ITT

- There may be a mixture of online & offline actions for you to perform (there is detailed online help

available)

If you require any further assistance use the online help, or the eTendering Helpdesk is available Mon –

Fri (8am – 6pm) on:

- Phone: 0800 069 8634

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=124638

(WA Ref:124638)

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