Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

SF02 Hysbysiad Contract

Design, Supply and Installation of Permanent and Temporary Modular Buildings

  • Cyhoeddwyd gyntaf: 20 Medi 2024
  • Wedi'i addasu ddiwethaf: 10 Hydref 2024
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-kuma6s-144675
Cyhoeddwyd gan:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
ID Awudurdod:
AA61405
Dyddiad cyhoeddi:
20 Medi 2024
Dyddiad Cau:
14 Tachwedd 2024
Math o hysbysiad:
SF02 Hysbysiad Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

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. CPV: 44211000, 44211000, 44211000, 44211000, 44211000.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44211000 Adeiladau parod Strwythurau a chydrannau strwythurau

Lleoliadau Dosbarthu

ID Disgrifiad
1018 Abertawe
1022 Caerdydd a Bro Morgannwg
1013 Conwy a Sir Ddinbych
1015 Cymoedd Canalog (Merthyr Tudful, Rhondda Cynon Taf)
1016 Cymoedd Gwent (Torfaen, Blaenau Gwent, Caerffili)
1000 CYMRU
1014 De-orllewin Cymru (Sir Gaerfyrddin, Sir Benfro, Ceredigion)
1020 Dwyrain Cymru
1010 Gorllewin Cymru a'r Cymoedd
1012 Gwynedd
1017 Pen-y-bont ar Ogwr a Castell-Nedd Port Talbot
1024 Powys
1021 Sir Fynwy a Chasnewydd
1023 Sir y Fflint a Wrecsam
1011 Ynys Môn

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Teulu dogfennau

Manylion hysbysiad
Dyddiad cyhoeddi:
20 Medi 2024
Dyddiad Cau:
14 Tachwedd 2024 00:00
Math o hysbysiad:
SF02 Hysbysiad Contract
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Dyddiad cyhoeddi:
10 Hydref 2024
Math o hysbysiad:
SF14 Corrigendwm
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Dyddiad cyhoeddi:
05 Mehefin 2025
Math o hysbysiad:
SF03 Hysbysiad Dyfarnu Contract - Cyflenwr(wyr) Llwyddiannus
Enw Awdurdod:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@lhcprocure.org.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
10/10/2024 11:25
Notice date(s) changed
IV.2.2) Time limit
Old date: 31/10/2024 12:00
New date: 14/11/2024 12:00

IV.2.7) Conditions for opening of tenders
Old date: 31/10/2024 14:00
New date: 14/11/2024 14:00

Tender deadline extended by two weeks

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.