loading
  • GB-CF10 4RU Cardiff
  • 01.08.2018
  • Ausschreibung
  • (ID 2-305076)

Construction Consultancy Services (Wales)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 01.08.2018, 17:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten / Wohnungsbau
    Art der Leistung Objektplanung Gebäude / allgemeine Beratungsleistungen / Kostenmanagement
    Sprache Englisch
    Aufgabe
    Tenders are invited for the provision of Construction Consultancy Services for residential and non-residential building projects.
    Services are as follows, and may be bid for individually:
    Architects, Structural Engineers, Civil engineers, Building Services Engineer, Quantity Surveying, Clerk of Works and Health and safety advisors.
    Optional services that may be provided in addition to the primary services include Management, Employers Agent, Contract Administrator and Principle designer duties.
    If a bidder proposes to offer a combined service they must be able to offer all of the primary and optional services.
    Tenderers may apply for either individual services or combined consultancy services - you cannot submit a tender for both services.
    Leistungsumfang
    The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.
    Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.
    Bidders for the Combined Consultancy Services lot shall offer all the primary and optional services (a-k).
    a) Architect;
    b) Structural Engineers;
    c) Civil Engineer Services;
    d) Building Services Engineer;
    e) Quantity Surveying;
    f) Clerk of Works services;
    g) Health and Safety Advisors;
    h) Project Management;
    i) Employers Agent;
    j) Contract administrator;
    k) Principle Designer Duties.
    If a bidder is applying for one or more individual consultancy services they cannot apply for the combined consultancy service lot. Equally, bidders applying for Lot 9 cannot apply for Individual services in Lots 6, 7 or 8.
    Bidders must offer all services across all areas of Wales.
    Adresse des Bauherren UK-CF10 4RU Cardiff
    TED Dokumenten-Nr. 252949-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Cardiff: Architectural, construction, engineering and inspection services

      2018/S 111-252949

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      LHC for the Welsh Procurement Alliance (WPA)
      Regus House, Falcon Drive, Cardiff Bay
      Cardiff
      CF10 4RU
      United Kingdom
      Telephone: +44 2920504787
      E-mail: MjIwVVpSWyxYVE8aU1tiGmFX
      NUTS code: UK

      Internet address(es):

      Main address: http://www.welshprocurement.cymru

      Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

      I.2)Information about joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Other activity: Public Sector Framework Tendering Organisation

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

      Construction Consultancy Services (Wales)

      Reference number: H1 WS1 WPA
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Tenders are invited for the provision of Construction Consultancy Services for residential and non-residential building projects.

      Services are as follows, and may be bid for individually:

      Architects, Structural Engineers, Civil engineers, Building Services Engineer, Quantity Surveying, Clerk of Works and Health and safety advisors.

      Optional services that may be provided in addition to the primary services include Management, Employers Agent, Contract Administrator and Principle designer duties.

      If a bidder proposes to offer a combined service they must be able to offer all of the primary and optional services.

      Tenderers may apply for either individual services or combined consultancy services - you cannot submit a tender for both services.

      II.1.5)Estimated total value
      Value excluding VAT: 60 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 3
      Maximum number of lots that may be awarded to one tenderer: 3
      II.2)Description
      II.2.1)Title:

      Individual Consultancy Services — Mid Wales

      Lot No: 7
      II.2.2)Additional CPV code(s)
      71200000
      71324000
      71500000
      II.2.3)Place of performance
      NUTS code: UKL
      Main site or place of performance:

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Mid Wales.

      II.2.4)Description of the procurement:

      The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.

      Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.

      The primary consultancy services are as follows:

      a) Architect;

      b) Structural Engineers;

      c) Civil Engineer Services;

      d) Building Services Engineer;

      e) Quantity Surveying;

      f) Clerk of Works services;

      g) Health and Safety Advisors.

      Bidders for the primary consultancy services may also offer the following services as part of their primary consultancy services.

      h) Project Management;

      i) Employers Agent;

      j) Contract administrator;

      k) Principle Designer Duties.

      Bidders do not have to apply for all primary services.

      Bidders may apply for individual consultancy services or a combined consultancy service offering all services listed above.

      Each individual primary service will be evaluated separately.

      Bidders offering a primary service may also offer any or all of the optional services listed below. If they do not offer any optional services their bid will not be disadvantaged.

      Bidders cannot bid only for the optional services.

      If a bidder is applying for services under the individual consultancy service they cannot apply for the combined consultancy service lot.

      Partial coverage of a regional lot will be allowed via selection of local constituency areas as follows:

      15. Ceredigion

      6. Brecon and Radnorshire

      13. Carmarthen East and Dinefwr

      14. Carmarthen West and South Pembrokeshire

      20. Dwyfor Meirionnydd

      26. Montgomeryshire

      32. Preseli Pembrokeshire

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Individual Consultancy Services — North Wales

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71200000
      71311000
      71500000
      73220000
      71324000
      II.2.3)Place of performance
      NUTS code: UKL
      Main site or place of performance:

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across North Wales.

      II.2.4)Description of the procurement:

      The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.

      Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.

      The primary consultancy services are as follows:

      a) Architect;

      b) Structural Engineers;

      c) Civil Engineer Services;

      d) Building Services Engineer;

      e) Quantity Surveying;

      f) Clerk of Works services;

      g) Health and Safety Advisors.

      Bidders for the primary consultancy services may also offer the following services as part of their primary consultancy services.

      h) Project Management;

      i) Employers Agent;

      j) Contract administrator;

      k) Principle Designer Duties.

      Bidders do not have to apply for all primary services.

      Bidders may apply for individual consultancy services or a combined consultancy service offering all services listed above.

      Each individual primary service will be evaluated separately.

      Bidders offering a primary service may also offer any or all of the optional services listed below. If they do not offer any optional services their bid will not be disadvantaged.

      Bidders cannot bid only for the optional services.

      If a bidder is applying for services under the individual consultancy service they cannot apply for the combined consultancy service lot.

      Partial coverage of a regional lot will be allowed via selection of local constituency areas as follows:

      2.Aberconwy

      3. Alyn and Deeside

      39. Wrexham

      16. Clwyd South

      19. Delyn

      37. Vale of Clwyd

      4. Arfon

      40. Ynys Môn

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Individual Consultancy Services — South Wales

      Lot No: 8
      II.2.2)Additional CPV code(s)
      71200000
      71324000
      II.2.3)Place of performance
      NUTS code: UKL
      Main site or place of performance:

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across South Wales.

      II.2.4)Description of the procurement:

      The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.

      Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.

      The primary consultancy services are as follows:

      a) Architect;

      b) Structural Engineers;

      c) Civil Engineer Services;

      d) Building Services Engineer;

      e) Quantity Surveying;

      f) Clerk of Works services;

      g) Health and Safety Advisors.

      Bidders for the primary consultancy services may also offer the following services as part of their primary consultancy services.

      h) Project Management;

      i) Employers Agent;

      j) Contract administrator;

      k) Principle Designer Duties.

      Bidders do not have to apply for all primary services.

      Bidders may apply for individual consultancy services or a combined consultancy service offering all services listed above.

      Each individual primary service will be evaluated separately.

      Bidders offering a primary service may also offer any or all of the optional services listed below. If they do not offer any optional services their bid will not be disadvantaged.

      Bidders cannot bid only for the optional services.

      If a bidder is applying for services under the individual consultancy service they cannot apply for the combined consultancy service lot.

      Partial coverage of a regional lot will be allowed via selection of local constituency areas.

      12. Cardiff West

      25. Monmouth

      30. Ogmore

      31. Pontypridd

      33. Rhondda

      35. Swansea West

      38. Vale of Glamorgan

      8. Caerphilly

      9. Cardiff Central

      1. Aberavon

      10. Cardiff North

      11. Cardiff South and Penarth

      17. Clwyd West

      18. Cynon Valley

      21. Gower

      22. Islwyn

      23. Llanelli

      24. Merthyr Tydfil and Rhymney

      27. Neath

      28. Newport East

      29. Newport West

      34. Swansea East

      36. Torfaen

      5. Blaenau Gwent

      7. Bridgend

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Combined Consultancy Services — Wales

      Lot No: 9
      II.2.2)Additional CPV code(s)
      71200000
      79415200
      71500000
      73220000
      71324000
      II.2.3)Place of performance
      NUTS code: UKL
      Main site or place of performance:

      Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Wales.

      II.2.4)Description of the procurement:

      The services to be delivered will cover the full range of RIBA stages 0-7 to support building projects from site find, survey and feasibility through to design, project management, and completion.

      Property types will include housing, bungalows, flats, apartments, sheltered accommodation, care homes, student accommodation and other types of community building.

      Bidders for the Combined Consultancy Services lot shall offer all the primary and optional services (a-k).

      a) Architect;

      b) Structural Engineers;

      c) Civil Engineer Services;

      d) Building Services Engineer;

      e) Quantity Surveying;

      f) Clerk of Works services;

      g) Health and Safety Advisors;

      h) Project Management;

      i) Employers Agent;

      j) Contract administrator;

      k) Principle Designer Duties.

      If a bidder is applying for one or more individual consultancy services they cannot apply for the combined consultancy service lot. Equally, bidders applying for Lot 9 cannot apply for Individual services in Lots 6, 7 or 8.

      Bidders must offer all services across all areas of Wales.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

      LHC uses the following ratios to evaluate each bidder's and approved contractor's financial status:

      — turnover required x2 project value as defined on Contract Notice (twice the typical value for x2 projects called-off this Framework).

      For an SME or start-up bidders that cannot meet the lowest level of turn over, must provide evidence that they can obtain a performance bond or provide a parent company guarantee for projects over 40 000 GBP.

      If tenders don not have a turnover generally of the level indicated within the Contract Notice they will fail the financial requirements. If a bidder fails the financial requirements they will be excluded from the tender and their bid will be rejected.

      Profitability and Liquidity will only be assessed if the bidder passes the turnover requirements,

      — profitability: this is calculated as profit after tax but before dividends and minority interests. If a company makes a profit, then it passes this ratio, and,

      — liquidity: this is calculated as current assets and work in progress, divided by current liabilities. If the answer is greater than one, then it passes this ratio.

      If a bidder fails the assessment for either Liquidity or profitability the may fail the financial assessment. LHC reserves the right to undertake its own detailed financial assessment of the bidder in order to ascertain to its own satisfaction the financial and economic standing and robustness of the organization of the bidder and also, where applicable, the Parent / Holding Company and its subsidiaries. If a bidder fails this detailed assessment they will fail the tender and their bid will be rejected.

      Minimum level(s) of standards possibly required:

      For Individual Consultancy services bidders will be required to have a minimum general turnover of 80 000 GBP for these lots SME or start-ups that cannot meet the lowest level of turnover must provide evidence that they can obtain a performance bond or provide a parent company guarantee for projects over 40 000 GBP.

      For Combined consultancy Services bidders will be required to have a minimum general turnover of 400 000 GBP.

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

      Bidders shall demonstrate that they have procedures in place covering Quality.

      Professional qualifications required to provided the various consultancy services are detailed in the Tender documents.

      Minimum level(s) of standards possibly required:

      Bidders shall have a quality management system in place that meets the requirements of ISO9001.

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

      Architects: It is a minimum requirement that an Architect is registered with the ARB as defined under The Architects Act 1997.

      III.2.2)Contract performance conditions:
      III.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 IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.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: 40
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 01/08/2018
      Local time: 17:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.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)
      IV.2.7)Conditions for opening of tenders
      Date: 02/08/2018
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

      LHC is a joint committee of local authorities acting as a central purchasing body on behalf of Welsh Procurement Alliance partners who include housing associations and councils, with whom and for whom this framework has been developed.

      Due to the reach and scale of LHC partners' portfolios, the framework aims to support the delivery of housing and community building throughout Wales. Consequently, whilst not specifically consulted in the development of this framework, other contracting authorities as defined by the Public Contracts Regulations 2015 and as described in www.welshprocurement.cymru/24 may also deem the framework to offer a value for money procurement solution for their requirements, and may also use the Framework.

      However, bidders should only consider the opportunity presented by current and future members of the LHC when preparing and submitting their bids.

      Community benefits are included in this requirement. For more information see Schedule 1 of the FAC1 agreement within the ITT.

      Documentation is available from the e-tendering portal https://procontract.due-north.com.

      All submissions must be made through the portal.

      (WA Ref:82383).

      The buyer considers that this contract is suitable for consortia.

      VI.4)Procedures for review
      VI.4.1)Review body
      LHC for the Welsh Procurement Alliance (WPA)
      Royal House, 2-4 Vine Street
      Uxbridge
      UB8 1QE
      United Kingdom
      Telephone: +44 1895274800

      Internet address: http://www.lhc.gov.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      11/06/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 13.06.2018
Zuletzt aktualisiert 13.06.2018
Wettbewerbs-ID 2-305076 Status Kostenpflichtig
Seitenaufrufe 42