United Kingdom-Cardiff: Architectural, construction, engineering and inspection services
2018/S 111-252949
Contract notice
Services
Section I: Contracting authority
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
Section II: Object
Construction Consultancy Services (Wales)
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.
Individual Consultancy Services — Mid Wales
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Mid Wales.
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
Individual Consultancy Services — North Wales
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across North Wales.
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
Individual Consultancy Services — South Wales
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across South Wales.
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
Combined Consultancy Services — Wales
Various consultancy services for construction projects for local authorities, housing associations and other public bodies across Wales.
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.
Section III: Legal, economic, financial and technical information
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.
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.
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.
Bidders shall have a quality management system in place that meets the requirements of ISO9001.
Architects: It is a minimum requirement that an Architect is registered with the ARB as defined under The Architects Act 1997.
Section IV: Procedure
Section VI: Complementary 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.
Royal House, 2-4 Vine Street
Uxbridge
UB8 1QE
United Kingdom
Telephone: +44 1895274800
Internet address: http://www.lhc.gov.uk