Section one: Contracting authority
one.1) Name and addresses
Grŵp Cynefin
Ty Silyn, Y Sgwar, Penygroes
Caernarfon
LL54 6LY
Contact
Phil Williams
Telephone
+44 1954250517
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA29780
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/grwpcynefin/aspx/Home
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/grwpcynefin/aspx/Home
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Development & Maintenance Consultancy Framework
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Grŵp Cynefin is seeking to create a multi-lot Development Consultants Framework (“Framework”) across their area of operation to a range of Service Providers. The Framework is intended for use across North Wales, as required by Grŵp Cynefin and other Contracting Authorities (primarily other registered providers of social housing) across this area. References to Grŵp Cynefin are to be considered to include other Contracting Authorities that may access the resultant Framework.
The definable groups of Contracting Authorities that may access this Framework are available from the following web locations:
https://gov.wales/registered-social-landlords
https://gov.wales/find-your-local-authority
Framework duration will be 4 years, with commencement anticipated for February 2023. Grŵp Cynefin estimated expenditure (with Service Providers, not the total estimate of build costs) across the multiple lots of the proposed Framework is circa 8,000,000GBP. A further 2,000,000GBP is anticipated under awards made by other Contracting Authorities.
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
Architect
Lot No
1
two.2.2) Additional CPV code(s)
- 71240000 - Architectural, engineering and planning services
- 77211500 - Tree-maintenance services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Architectural Services, potentially to also include following activities:
-Landscape Architect
-TOPO Inspections
-Arboriculture
-Ecological, Biodiversity and Environmental
-Archology / Watching Brief
-Arboriculture
-Principal Designer (CDM)
-CDM Advisor
-Arboriculture
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Planning Consultant
Lot No
2
two.2.2) Additional CPV code(s)
- 71410000 - Urban planning services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Planning consultants, may include language assessments, and guidance on building preservation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Civils and Structural Engineer
Lot No
3
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71311100 - Civil engineering support services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71322100 - Quantity surveying services for civil engineering works
- 71322500 - Engineering-design services for traffic installations
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Engineer services, including:
- Transport Assessment
- Floods Engineer
- Civil Engineer
- Structural Engineer
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Quantity Surveyor, Clerk of Works, Employers Agent, CDM Principal Designer and Project Manager
Lot No
4
two.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Quantity Surveyor, Clerk of Works, Employers Agent, CDM Principal Designer and Project Manager
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Mechanical and Electrical
Lot No
5
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Mechanical and electrical design services, including but not limited to:
-Fire and security alarm systems
-Mains distribution systems
-Lighting design and controlled lighting, including LED
-Generator planning/design
-Electrical wiring design
-Mechanical and electrical design, with AutoCAD technical drawings
-Design and installation of heating, ventilation, gas and air conditioning systems and fire systems
-Photovoltaic (PV) panels
-Zero and/or low carbon systems, e.g. heat pumps
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Multidisciplinary / Super Lot
Lot No
6
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Activities required under this lot are to be the entire package of services covered by the other lots of this framework, primarily lots 1 – 5. This lot is expected to be accessed infrequently (probably no more than once annually, if at all) by Grŵp Cynefin and will be for high value/complex developments, most likely exceeding 10(GBP)million in build cost.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Maintenance
Lot No
7
two.2.2) Additional CPV code(s)
- 71242000 - Project and design preparation, estimation of costs
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
It is envisaged that this lot will be used for project management and clerk of works services as required by the maintenance team for projects where the value of capital works is typically less than 250,000GBP ex VAT with some exceptions
Service providers should be able to cover the whole of Grŵp Cynefin’s operational area. The area to be covered spans the whole of North Wales and the North of Powys. Within Grŵp Cynefin’s operational area there are numerous rural locations where the services envisaged by this lot will be required. These rural areas include, but are not limited to, the Llŷn Peninsula and the South of Gwynedd.
The scope of services associated with contracts awarded under this lot will be confirmed during call-off processes but will be similar to requirements shown under lot 4.
Activities and services to include, but not limited to:
-Development of Scope of Works and Specification
-Preparation of Formal Tender Documents
-Lead Designer
-Cost Control
-Contract Document Preparation
-Project Management
-Clerk of Works
-CDM Principal Designer
-Building Defects Reporting
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 46
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-013626
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
25 November 2022
Local time
12:00pm
Changed to:
Date
9 December 2022
Local time
12:00pm
See the change notice.
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 November 2022
Local time
12:00pm
Place
Grwp Cynefin or TPPL offices
Information about authorised persons and opening procedure
TPPL and Grwp Cynefin officers with appropriate authority to open tender submissions via Grwp Cynefin's tender platform.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Framework may potentially be reprocured in 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
(WA Ref:125756)
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
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Grwp Cynefin will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the contract before it is executed/signed.
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.