- Scope of the procurement
- Lot 1. Architect Services
- Lot 2. Mechanical and Electrical Services Consultants
- Lot 3. Civil and Structural Engineering
- Lot 4. Quantity Surveyor Services
- Lot 5. Employers Agent Services
- Lot 6. Project Management Consultant
- Lot 7. Clerk of Works
- Lot 8. Archaeology and Heritage Consultant Services
- Lot 9. Consultant Landscape Architect
- Lot 10. Planning Consultant Services
- Lot 11. Transport Consultant Services
- Lot 12. Building Surveyors
- Lot 13. Ground Investigation Services
- Lot 14
- Lot 15. Flood Risk Assessment Services
Section one: Contracting authority
one.1) Name and addresses
Wealden District Council
Council Offices, Vicarage Lane
Hailsham
BN27 2AX
Contact
Stephen Bottomley
Country
United Kingdom
Region code
UKJ22 - East Sussex CC
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://www.sesharedservices.org.uk/esourcing
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sesharedservices.org.uk/esourcing
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sesharedservices.org.uk/esourcing
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Professional Services Framework
Reference number
ESPH618
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Wealden District Council are seeking to establish a framework for the appointment of professional services consultants to support the delivery of corporate, strategic and capital construction projects. The Council is looking to appoint a wide variety of experienced Consultants to the framework. This framework is targeted for use by the district and borough Councils in East Sussex: Wealden District Council, Rother District Council, Lewes District Council, Eastbourne Borough Council, and Hastings Borough Council. The framework will be divided into lots for the following consultants: (1) Architect Services, (2) Mechanical and Electrical, (3) Civil & Structural Engineers, (4) Quantity Surveyor,(5) Employers Agent Services, (6) Project Management, (7) Clerk of Works, (8) Archaeological and Heritage Consultant, (9) Landscape Architects Services, (10) Planning Consultant, (11) Transport Consultant, (12) Building Surveyors, (13) Ground Investigation, (14) Ecological Survey Services, and (15) Hydrology Consultant Services
two.1.5) Estimated total value
Value excluding VAT: £76,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Architect Services
Lot No
1
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Consultant architects will be required to provide services as described in the Royal Institute of British Architects (RIBA) Plan of Work.
- RIBA stage 0/1 to help the Council determine the viability of a project.
- RIBA stages 2 to 4 to develop a project in sufficient detail to issue tender documents for a build contract award. To include the role of Principle Designer (CDM & Building Safety Act).
- Consultant services for RIBA stages 5 to 7, this may include novation to a design and build contractor or being retained to provide client support
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Mechanical and Electrical Services Consultants
Lot No
2
two.2.2) Additional CPV code(s)
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Consultant's will be required to provide M & E services to align with the Royal Institute of British Architects (RIBA) Plan of Work.
- Advisory services;
- Design management;
- Planning, analyses and programming;
- Integration;
- Project administration and project management;
- Technical construction management;
- Validation and verification;
- Status control;
- Facility management;
- Post occupancy evaluation;
- Technical due diligence;
- Field studies;
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Civil and Structural Engineering
Lot No
3
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Civil and Structural Engineers are required to provide services required to progress a development project.Appointments will be based on the RIBA Plan of Work and will vary according to individual project requirements. To include but not limited to:
- RIBA stage 0/1 to help the Council determine the viability of a project;
- RIBA stages 2 to 4 to develop a project in sufficient detail to issue tender documents for a build contract award;
- Feasibility studies;
- Detailed design;
- Preparation of construction drawings;
- Production of tender documents;
- Construction supervision and administration and final approval of the works;
- Design of roads, highways and drainage schemes including hydraulic modelling and simulation of storm events, SuDS design etc;
- Submission to the Highway Authority for technical approval and incorporation into the relevant sectional agreement (eg Section 38, Section 278, Section 104);
- Consultant services for RIBA stages 5 to 7 may include. This may include novation to a design and build contractor or being retained to provide client support.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Quantity Surveyor Services
Lot No
4
two.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Consultant quantity surveyors will be required to provide cost management services in accordance with those published by the Royal Institute of Chartered Surveyors (RICS) Scope of Services (May 2022) and subsequent revisions. To include but not limited to:
- General;
- Enabling Works;
- Health and Safety;
- Project Costs;
- Contracts Related Services;
- Tendering and Procurement Services (based upon single and 2 stage design and build forms of JCT contracts);
- Construction Phase Services;
- Additional Construction Phase Services - Design and Build Contracts;
- Contractual
- RIBA stage 0/1 to help the Council determine the viability of a project;
- RIBA stages 2 to 4 to develop a project cost plan in sufficient detail to issue tender documents for a build contract award;
- Consultant services for RIBA stages 5 to 7 may varye. This may include novation to a design and build contractor or being retained to provide client QS support.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Employers Agent Services
Lot No
5
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Consultant's will be required to provide Employer's Agent services for Design and Build contracts, as described in the Royal Institute of Chartered Surveyors (RICS) Employer's Agent Scope of Services. The employer's agent may be required to provide the services of Principal Designer and fully discharge responsibilities described in the Construction Design and Management Regulations 2015.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Project Management Consultant
Lot No
6
two.2.2) Additional CPV code(s)
- 71541000 - Construction project management services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Consultant's will be required to provide services as described in the Royal Institute of Chartered Surveyors (RICS) Scope of Services for Project Managers, including but not limited to:
- General;
- Project Brief and Design;
- Procurement;
- Construction;
- Building Information Management (BIM).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Clerk of Works
Lot No
7
two.2.2) Additional CPV code(s)
- 71540000 - Construction management services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Inspecting construction work ensuring it complies with specifications and drawings. Measuring and quality checking materials used on site. Identification of defects and remedial measures. Fortnightly monitoring of progress on site and issue of reports. Maintaining detailed records of work. Referring to plans, photographic records of work together with sampling and measurement as required by the contract. Liaising with the contractors and design team. Compliance with health & safety, building regulations, legal and ecological requirements. Management of latent defects. Any further inspections, attendants and service over and above that stated in the scope of service above.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Archaeology and Heritage Consultant Services
Lot No
8
two.2.2) Additional CPV code(s)
- 71351914 - Archaeological services
- 71510000 - Site-investigation services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Archaeological and Heritage Desk Based Assessment and Site Visit: known and potential archaeological and heritage (including Conservation Area and Listed Buildings) resources within the proposed development area plus an appropriate buffer to assess the immediate context; Reference to all relevant and available sources to identify heritage assets, assess their significance and the potential to identify previously unrecorded archaeological remains; Identification of the potential for impacts on and around the site on archaeological remains, undesignated built heritage, historic landscape and the potential effects on the setting of the surrounding designated heritage assets; Site visit assessment, including source information from records offices; Consultation with the County Archaeologist to determine whether additional assessments and surveys are required, and to explore the scope and timing of any such works; Consultation with Historic England, if required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Consultant Landscape Architect
Lot No
9
two.2.2) Additional CPV code(s)
- 71420000 - Landscape architectural services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Consultant landscape architects will be required to provide services following the Royal Institute of British Architects (RIBA) Plan of Work. RIBA stages 2 to 4 - working with other members of the design team: develop landscape proposals in sufficient detail to satisfy local planning authority requirements; prepare proposals that are affordable within the cost plan; prepare tender documents for a build contract award. RIBA stages 5 to 7 - Landscape Consultant services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Planning Consultant Services
Lot No
10
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Planning Consultants are required to provide services as part of a larger design team to inform the preparation of the documentation required to gain planning permission. To include but not limited to: Planning and development advice to deliver planning permission; Strategic site promotion through the development plan making process; Preparation, negotiation and management of planning applications; Project management of the planning application process; Planning Applications; Appeals
Changes of Use; Development Appraisals; Strategic Site Development Briefs; S.73 Applications; Neighbourhood Plans; Funding Bids; Design and Access Statements; Pre-Application Advice; Lawful Development Certificates; Development Plan Reps; Public Engagement.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Transport Consultant Services
Lot No
11
two.2.2) Additional CPV code(s)
- 71311200 - Transport systems consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
The highways Consultant will be required to provide services as part of a larger design team to inform the preparation of the documentation required to gain planning permission. Including but not limited to: Transport Assessments; Transport Statements; Traffic Impact Assessments; Travel Plan Co-ordinator Role; Travel Plans; BREEAM Travel Plans; BREEAM Travel Statements; Road Safety Audits; Highway Condition Surveys; Vehicular Access Design and Swept Path Analysis (Tracking); Input to Environmental Impact Assessments.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Building Surveyors
Lot No
12
two.2.2) Additional CPV code(s)
- 71315000 - Building services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Consultant building surveyors may be required to provide the following, not limited to, services: Condition surveys; Dilapidation surveys; Measured surveys & CAD plans;Party Wall Agreements.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Ground Investigation Services
Lot No
13
two.2.2) Additional CPV code(s)
- 71351500 - Ground investigation services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Site survey services will be required to inform ongoing project work. Appointments will vary according to individual project requirements, but services required include, but are not limited to: Desk based site investigations to include UXO; On site intrusive ground investigations; GPR Surveys; Contamination surveys and reports.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot No
14
two.2.2) Additional CPV code(s)
- 71351200 - Geological and geophysical consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Consultant ecologists will be required to provide services to assist with the assessment, recommendations and action plans required to discharge all planning conditions and to ensure a scheme's compliance with required policies, including but not limited to: Preliminary Ecological Appraisals; Stage 2 survey work; Further ecological works including scheme reviews; BNG calculations and work required to deliver BNG either onsite or offsite.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Flood Risk Assessment Services
Lot No
15
two.2.2) Additional CPV code(s)
- 71353000 - Surface surveying services
- 71510000 - Site-investigation services
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ22 - East Sussex CC
two.2.4) Description of the procurement
Flood Risk Assessment: Identify and assess the flood risks associated with the proposed development; Evaluate the potential impacts of the development on local flood risk; Ensure that the development complies with the local planning authority's planning policies and relevant regulations; Propose effective flood risk management and mitigation measures. Comprehensive Report detailing: flood risk findings and proposed mitigation measures; Maps and diagrams illustrating flood risk zones, proposed development layout, and drainage solutions; A summary of compliance with the local planning authority's flood risk management policies and the National Planning Policy Framework (NPPF). Additional flood risk assessment services as necessary.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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
As per the tender documentation.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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.2.2) Time limit for receipt of tenders or requests to participate
Date
25 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom