Section one: Contracting authority
one.1) Name and addresses
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
2-4 Vine Street
Uxbridge
UB8 1QE
tenders@welshprocurement.cymru
Telephone
+44 1895274800
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=AA61405
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/lhc/aspx/Tenders/Current
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/lhc/aspx/Home
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Public Sector Framework Provider
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
New Homes for Wales
Reference number
H2W
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Welsh Procurement Alliance seek to establish a framework for the construction of new build housing projects.
The works (including associated services and/or supplies) to be delivered include the development of new build housing projects, including ‘Housing’ (housing, bungalows, flats, apartments etc.) and ‘Accommodation’ (sheltered accommodation, care homes, extra care e.g. dementia) student accommodation etc. The proposed scope would also include, but not limited to:
- Conversions to form new dwellings, flats, bedsits or any other form of accommodation.
- Any joint ventures, partnerships and such like between contracting authorities and principal contractors.
- Package deals between contracting authorities and contractors.
- The provision of community facilities as part of a wide construction project. E.g. parks, playgrounds, community centres, schools etc.
- The provision of commercial units as part of a construction project. E.g. Where a client is proposing a mixed use scheme of domestic dwellings and commercial premises.
- Private housing, including shared ownership, homes for sale etc.
- Demolition, Decontamination and Associated Site Enabling Works
Demolition, Decontamination and Associated Site Enabling Works
The scope for this workstream will include the demolition, clearance and decontamination of a construction site to enable further development works to commence. These services may include:
- Demolition
- Site clearance
- Diversion and/or disconnection of existing site services
- Geotechnical and exploratory ground investigation and surveys
- Separation from existing buildings
- Decontamination.
- Ground improvement and/or compaction.
- Creation of access routes, ramps, security provisions and signage
- Provision of utilities to the site (temporary or permanent)
WPA is currently consulting with a number of Contracting Authorities across Wales who are being asked to be named as potential commissioners and users of the proposed framework when it becomes live in 2025. Most of these named contracting authorities have used WPA housebuilding frameworks/DPS over the past 5 years for various new build housing works. These are indicative of potential users and not a formal commitment to use this Framework once live. Other Contracting Authorities as per the Public Contracts Regulations 2015 can call off from the framework.
- Barcud Housing Association
- Bron Afon Housing Association
- Caerphilly County Borough Council
- First Choice Housing Association Ltd
- Merthyr Valleys Homes
- Newydd Housing Association (1974) Ltd
- Pobl Group
- Valleys to Coast Group
- Wales and West Housing Association
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Construction
Lot No
1
two.2.2) Additional CPV code(s)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 71321100 - Construction economics services
- 45111000 - Demolition, site preparation and clearance work
- 45112000 - Excavating and earthmoving work
- 45113000 - Siteworks
- 71351500 - Ground investigation services
- 45211100 - Construction work for houses
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45211360 - Urban development construction work
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Wales - to be split in to five regions:
- South East Wales
- South West Wales
- Mid Wales
- North East Wales
- North West Wales
two.2.4) Description of the procurement
Workstream 1 of this framework is for construction.
The works (including associated services and/or supplies) to be delivered are new build housing projects, including housing, bungalows, flats, apartments, care homes, etc. WPA anticipates a wide range of projects being delivered under the framework, from single smaller sites to complex multi-site projects. This is reflected in a value-banded lot structure within each area:
- Micro - 1-5 units
- Small - 6-15 units
- Medium - 16 - 49 units
- Large - 50+ units
The framework also provides for the delivery of associated community buildings to residential developments (such as hubs and sporting facilities e.g. meeting places, health and care centres, recreational facilities and libraries). Plus, any associated commercial facilities such as car parks and retail units. However, whilst scope for this associated development is included, bidders will not be substantively evaluated on this aspect of development, rather clients seeking to commission such developments (permissible only as incidental to a residential scheme) will carry out a mini-competition. Capability to compete such developments is also not criteria for selection.
Evaluation criteria is as follows:
- Quality - 65%
- Price - 30%
- Social Value - 5%
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
Yes
Description of renewals
An optional extension of 12 months may be utilised
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
Demolition
Lot No
2
two.2.2) Additional CPV code(s)
- 45111000 - Demolition, site preparation and clearance work
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45113000 - Siteworks
- 45111210 - Blasting and associated rock-removal work
- 45111213 - Site-clearance work
- 45111214 - Blast-clearing work
- 45111230 - Ground-stabilisation work
- 45111240 - Ground-drainage work
- 45111250 - Ground investigation work
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Wales will be split in to the following five regions:
- South East Wales
- South West Wales
- Mid Wales
- North East Wales
- North West Wales
two.2.4) Description of the procurement
The scope of workstream 2 will include the demolition, clearance and decontamination of a construction site to enable further development works to commence. These services may include:
- Demolition
- Site clearance
- Diversion and/or disconnection of existing site services
- Geotechnical and exploratory ground investigation and surveys
- Separation from existing buildings
- Decontamination
- Ground improvement and/or compaction
- Creation of access routes, ramps, security provisions and signage
- Provision of utilities to the site (temporary or permanent)
Evaluation criteria will be as follows:
- Quality - 65%
- Price - 30%
- Social Value - 5%
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
Yes
Description of renewals
An optional extension of 12 months may be utilised
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
See tender documents for full details
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
Performance management
As part of it's monitoring of the performance of projects delivered through this framework, following completion of each project, WPA/LHC will require the relevant appointed company to provide project performance data based on:
- A standardised set of key performance metrics
- Social Value and community benefits
Successful bidders appointed to this framework will be expected to work with WPA/LHC and their partners to support in the identification and subsequent delivery of social value and community benefits. As such, appointed companies will be required to provide evidence to LHC/WPA for each project secured through this framework that they have discussed and identified opportunities to deliver social value and/or community benefits in conjunction with the project and subsequently delivered the identified opportunity.
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 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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-028962
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 February 2025
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
27 February 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
See tender documents for full detail
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
As part of the tender documentation there will be a social value objectives appendix which set out KPI's. Appointed companies will be required to collect and report data against these KPIS and clients will be able to set further social value and community benefit expectations at call off stage.
(WA Ref:146403)
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