Section one: Contracting authority
one.1) Name and addresses
Caerphilly County Borough Council
Penallta House, Tredomen Park, Ystrad Mynach
Hengoed
CF82 7PG
Contact
Connor Thomas
Telephone
+44 1443863161
Country
United Kingdom
NUTS code
UKL16 - Gwent Valleys
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://supplierlive.proactisp2p.com/
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
Development Services
Reference number
CCBC/PS2679/24/CT
two.1.2) Main CPV code
- 73220000 - Development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Caerphilly County Borough Council is seeking to procure a framework agreement for the provision of Development Services.
The purpose of this Framework Agreement is to support departments across the Authority in appraising, planning and delivering their capital projects, which may include residential developments and significant infrastructure opportunities.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71541000 - Construction project management services
- 72224000 - Project management consultancy services
- 71313000 - Environmental engineering consultancy services
- 71313400 - Environmental impact assessment for construction
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90712100 - Urban environmental development planning
- 71317100 - Fire and explosion protection and control consultancy services
- 71317210 - Health and safety consultancy services
- 71250000 - Architectural, engineering and surveying services
- 71251000 - Architectural and building-surveying services
- 71315300 - Building surveying services
- 71324000 - Quantity surveying services
- 90490000 - Sewer survey and sewage treatment consultancy services
- 79311410 - Economic impact assessment
- 66171000 - Financial consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72221000 - Business analysis consultancy services
- 79417000 - Safety consultancy services
- 79418000 - Procurement consultancy services
- 90713000 - Environmental issues consultancy services
- 79311400 - Economic research services
- 79100000 - Legal services
- 71220000 - Architectural design services
- 71322500 - Engineering-design services for traffic installations
- 71311200 - Transport systems consultancy services
- 71315210 - Building services consultancy services
- 71321300 - Plumbing consultancy services
- 71240000 - Architectural, engineering and planning services
- 71400000 - Urban planning and landscape architectural services
- 71410000 - Urban planning services
- 71351210 - Geophysical consultancy services
- 71530000 - Construction consultancy services
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
- 73220000 - Development consultancy services
- 79342000 - Marketing services
- 79413000 - Marketing management consultancy services
two.2.3) Place of performance
NUTS codes
- UKL16 - Gwent Valleys
two.2.4) Description of the procurement
The Supplier will support departments across the Authority in appraising, planning and delivering their capital projects outlined in the Place Shaping programme. This support will range from informal advice through to land/development appraisals, contractual negotiations, site investigation works and project management.
A major element of CCBC’s Place Shaping programme is the Caerphilly Homes Development & Governance Strategy being delivered by Caerphilly Homes (the Housing Services division of CCBC). This programme aims to increase the number of homes within CCBC’s housing stock portfolio to meet an ever-increasing need, with a current aspiration of 100 new affordable, low carbon, high quality homes being built each year.
To assist the Authority in delivering the Place Shaping programme and Caerphilly Homes Development programme, the Supplier will work with the Authority to maximise the availability of resources and effectively manage risk to create a sustainable forward work programme. This will involve developing a clear understanding of the Authority’s assets (such as land, buildings and infrastructure) and their development potential, along with providing multi-disciplinary development support to progress viable sites and/or projects.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority intends to establish a Framework Agreement for a period of two years with the option to extend for a further period of up to two years at intervals to be agreed by the Authority.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract performance conditions as stated in the procurement documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 a single operator
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: 2024/S 000-031323
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 November 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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)
four.2.7) Conditions for opening of tenders
Date
22 November 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Further notices to be issued upon the expiration of this framework agreement.
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
PLEASE NOTE REGISTERING AN INTEREST IN THE SELL2WALES NOTICE IS NOT REGISTERING AN INTEREST IN THIS TENDER. FOLLOW THE INSTRUCTIONS BELOW IN ORDER TO SUBMIT A TENDER:
1. Log in to the Proactis Supplier Portal at: https://supplierlive.proactisp2p.com/Account/Login ;
2. Follow the relevant steps,
3. Make a note of the Organisation ID and User Name, then click ‘Register’;
4. You will then receive an email from the system asking you follow a link to activate your account;
5. Enter the information requested, clicking on the blue arrow to move on to the next stage;
6. In the Classification section ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice, it is essential that only CPV Codes specific to your organisation are added to your profile;
7. Buyer Selection — At this stage you are required to indicate which Buyer Organisations you would like to register with. Remember to register with Caerphilly this ensures that you will be alerted to all relevant opportunities;
8.Terms and Conditions — Read the terms and conditions of the use of this Supplier Portal and tick the box to denote you have read and understood the terms. Once you have agreed click on the blue arrow to move on to the next stage;
9. Insert a password for the admin user and repeat it. The password Must be between 6 and 50 characters in length. It must contain at least 2 number(s). Select ‘Complete Registration’ and you will enter the Supplier Home page;
10. From the Home Page, go to the ‘Opportunities’ icon, all current opportunities will be listed.
Click on the blue arrow under the field ‘Show Me’ of the relevant opportunity then click to register your interest on the applicable button;
11. Note the closing date for completion of the relevant project. To find all available documentation drop-down the ‘Request Documents’ option and click to download all documents;
12. You can now either complete your response or ‘Decline’ this opportunity.
All queries are to be made via the messaging system on the Proactis portal.
Suppliers are advised to allow adequate time for the submission of their Bid
This contract includes Social Value TOMs as set out within the Invitation to Tender.
(WA Ref:145309)
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