Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
14601330
2-4 Vine Street
Uxbridge
UB8 1QE
UK
Ffôn: +44 1895274800
E-bost: procurement@lhcprocure.org.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.lhcprocure.org.uk
Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/36
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://in-tendhost.co.uk/lhc/aspx/ProjectManage/36
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Arall: Public Sector Framework Provider
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Design, Supply and Installation of Permanent and Temporary Modular Buildings
Cyfeirnod: MB3
II.1.2) Prif god CPV
44211000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
This opportunity has been listed on behalf of LHC and our regional businesses:
Consortium Procurement Construction (CPC)
London and South East (LSE)
Scottish Procurement Alliance (SPA)
South-West Procurement Alliance (SWPA)
Welsh Procurement Alliance (WPA)
LHC Procurement Group is seeking suitable organisations for our Modular Buildings framework. This new framework will replace LHC's successful Modular Buildings Framework (MB2) Framework which expires May 2025 and will be for the provision of Modular Buildings for the public sector for use by:
- Education
- Healthcare
- Emergency Services
- Offices
- Community related buildings including sport facilities, theatres, & other types of community buildings
- Residential projects where they are part of a mixed use development or for student accommodation for schools and universities
The framework will cover the design, supply, installation and hire of permanent, temporary, and refurbished modular buildings for the public sector and tenderers will be required to offer a full turn key solution, providing all services required to deliver a full project from design through to handover.
The workstreams included in this framework are as follows, please access the tender documentation area of the project to see full details and lots:
Workstream 1 – Permanent Modular Buildings
Workstream 2 – Healthcare Buildings
Workstream 3 – Hire of Temporary Buildings
Workstream 4 – Refurbished Buildings
Whilst this is a national framework, each lot is broken down into a number of regional areas allowing bidders to apply for this framework in the regional areas most suited to them.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 150 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Workstream 1 - Permanent Modular Buildings
II.2.2) Cod(au) CPV ychwanegol
44211000
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
Workstream 1 covers the supply and installation of all types of permanent modular buildings EXCEPT healthcare related buildings. This shall include (but not be limited to):
- Educational buildings
- Non-educational buildings
- Buildings for use by emergency services
- Office buildings
- Community related buildings (including sport facilities, theatres and other types of community related buildings)
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 15
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 20
Maes prawf ansawdd: Regional Response
/ Pwysoliad: 20
Maes prawf ansawdd: Factory Assessment
/ Pwysoliad: 15
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Optional 12 month extension
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Rhif y Lot 2
II.2.1) Teitl
Workstream 2 - Healthcare Buildings
II.2.2) Cod(au) CPV ychwanegol
44211000
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
Workstream 2 covers the supply and installation of permanent modular buildings specifically related to the needs and requirement of healthcare providers. This shall include (but not be limited to):
- Primary healthcare facilities
- Hospital wards and accommodation and
- Specialist operating theatres
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 15
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 20
Maes prawf ansawdd: Regional Response
/ Pwysoliad: 20
Maes prawf ansawdd: Factory Assessment
/ Pwysoliad: 15
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Optional 12 month extension
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Rhif y Lot 3
II.2.1) Teitl
Workstream 3 - Hire of Temporary Buildings
II.2.2) Cod(au) CPV ychwanegol
44211000
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
Workstream 3 relates to the hire of temporary buildings primarily focused on educational, offices and temporary healthcare facilities however suppliers will be able to offer other type of buildings to hire through this workstream.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 15
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 20
Maes prawf ansawdd: Regional Response
/ Pwysoliad: 20
Maes prawf ansawdd: Factory Assessment
/ Pwysoliad: 15
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Optional 12 month extension
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Rhif y Lot 4
II.2.1) Teitl
Workstream 4 - Refurbished Buildings
II.2.2) Cod(au) CPV ychwanegol
44211000
II.2.3) Man cyflawni
Cod NUTS:
UKL
II.2.4) Disgrifiad o’r caffaeliad
Workstream 4 relates to the provision of refurbished units either manufactured by the supplier or procured from 3rd party organisations.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: General Technical
/ Pwysoliad: 15
Maes prawf ansawdd: Technical Capability
/ Pwysoliad: 20
Maes prawf ansawdd: Regional Response
/ Pwysoliad: 20
Maes prawf ansawdd: Factory Assessment
/ Pwysoliad: 15
Price
/ Pwysoliad:
30
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Optional 12 month extension
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
LHC intend to appoint up to eight (8) bidders per regional area to ensure Clients have adequate service coverage within each region. LHC reserve the right to appoint additional bidders where LHC deems it appropriate to support client needs and local / regional representation of appointees to the Framework.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Bidders will be required to demonstrate they have the appropriate competencies and hold specific qualifications and/or accreditations as appropriate for the scope of services expected to be delivered through each workstream.
Please refer to the MB3 ITT for further information regarding associated requirements.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
For the financial stability assessment, LHCs’ financial team will undertake the following process to carry out a robust assessment of a Bidders' financial standing:
1) Credit score – LHC use Creditsafe to carry out initial checking of a Bidders’ financial status and help inform the subsequent assessments carried out by LHC. Should any financial risk or low score be flagged within the Creditsafe information, LHC may also review independent reports from other credit referencing agencies such as Equifax, Dunn & Bradstreet and Baker Tilly to help inform our assessment.
2) Annual Turnover - Bidders will be assessed based on their average annual turnover for the past 3 years by comparison to the minimum turnover requirements set out in the contract notice and/or tender document documents for the lot/s they have applied for.
3) Profitability, Stability and Liquidity Assessment – Bidders will be assessed on their financial stability based on a range of financial information obtained from the Bidders annual accounts.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
General Technical Questions – These are general quality questions that LHCPG consider to be equally applicable to all workstreams. Irrespective of the number of lots the Bidder is applying for they will only need to complete this once, and the scores provided by LHC following our assessment will be applied consistently for all lots the Bidder applies for. A Bidder response template for these questions is provided.
Workstream Specific Technical Questions - The template/s required to be completed are dependent on the lots the bidder is applying for. A Bidder response template for these questions is provided.
Minimum level(s) of standards required:
There will be a total of four general questions and three technical specific workstream questions. Each question will be scored from 0 - 5, with the scoring matrix available in the published ITT.
LHC reserves the right to reject submissions that do not achieve at least 50% of the maximum possible weighted score for the technical questions.
If the bidder should score a 0 (zero) on any of the scored elements of the quality criteria, they shall be deemed not to have achieved a minimum acceptable quality standard.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-018153
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
31/10/2024
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 12 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
31/10/2024
Amser lleol: 14:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
LHC Procurement Group Limited is a not for profit central purchasing body acting on behalf of contracting authorities throughout England, Wales and Scotland (including partners of the Scottish Procurement Alliance, Welsh Procurement Alliance, and South West Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework. As of the date of publication of this notice our frameworks may be used by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 as listed on:
https://www.cpconstruction.org.uk/who-we-work-with/
https://lse.lhcprocure.org.uk/who-we-work-with/
https://www.scottishprocurement.scot/who-we-work-with/
https://www.swpa.org.uk/who-we-work-with/
https://www.welshprocurement.cymru/who-we-work-with/
including, but not limited to Registered social landlords (RSL's), tenant management organisations (TMOs) and arm's length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities.
LHC clients may add community benefit requirements in their call-off contracts from this Framework including but not limited to:
- to generate employment and training opportunities for priority groups;
- vocational training;
- to up-skill the existing workforce;
- equality and diversity initiatives;
- to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;
- supply-chain development activity;
- to build capacity in community organisations;
- educational support initiatives.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=765097.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=775995.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
This framework is designed to focus on the supply of roofing materials from national companies, with little impact on regional community benefit.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=144675.
(WA Ref:144675)
The buyer considers that this contract is suitable for consortia.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Ffôn: +44 2079477501
VI.5) Dyddiad anfon yr hysbysiad hwn
20/09/2024