Tender

Development & Maintenance Consultancy Framework

  • Grŵp Cynefin

F02: Contract notice

Notice identifier: 2022/S 000-029754

Procurement identifier (OCID): ocds-h6vhtk-033bdf

Published 21 October 2022, 1:37pm



The closing date and time has been changed to:

9 December 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Grŵp Cynefin

Ty Silyn, Y Sgwar, Penygroes

Caernarfon

LL54 6LY

Contact

Phil Williams

Email

tenders@tppl.co.uk

Telephone

+44 1954250517

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.grwpcynefin.org/

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.