Opportunity

Multi-Disciplinary Consultancy Services (MDC1) - CPC and London & SE

  • LHC

F02: Contract notice

Notice reference: 2021/S 000-003775

Published 25 February 2021, 11:53am



Section one: Contracting authority

one.1) Name and addresses

LHC

2 Vine Street

Uxbridge

UB8 1QE

Contact

MS Shona Snow

Email

shona.snow@lhc.gov.uk

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

http://www.lhc.gov.uk

Buyer's address

http://www.lhc.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=d4e79238-25f8-ea11-8105-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=d4e79238-25f8-ea11-8105-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Multi-Disciplinary Consultancy Services (MDC1) - CPC and London & SE

Reference number

DN499219

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

This framework aims to appoint consultants to provide coverage to our clients in the North of England, the Midlands/Anglia, and London and South East.

Disciplines include:

Architect (excluding London)

Building Services Engineer

Building Surveyor

Clerk of Works

Quantity Surveyor

Employers Agent

Planning Consultants

Principal Designer

Project Manager

Structural Engineer

Civil Engineer

Multi-disciplinary services

We encourage applications from a broad supply base, including emerging as well as established businesses, diverse in ethnicity, gender, socio-economic backgrounds and experience and a range of business models (such as partnerships and consortiums).

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.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

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders may apply to the CPC region (North) or LSE region (London & SE) or both regions. Bidders may apply for up to three (3) of the disciplines per region. However, if Lot 12 is selected for a region, Bidders may not select any other discipline for that region.

two.2) Description

two.2.1) Title

Architect Services (excluding London)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71220000 - Architectural design services
  • 71400000 - Urban planning and landscape architectural services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

Architectural services offered to the Client should include services covering all the RIBA work stages as defined in the RIBA Plan of Work 2020. Architects may also be required to offer those services as defined in the section covering Project Management and Principal Designer’s services.

Architects may also be asked to provide services in the one or all of the following specialist areas:

• Master planning

• Schools

• Social care

• Housing

• Commercial Buildings

• Industrial Buildings

• Conservation and Heritage

This service shall be completed by an experienced Architect who is a chartered member of the RIBA or equivalent. It is a minimum requirement that an Architect is registered with the ARB (Architects Registration Board) as defined under The Architects Act 1997.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Building Services Engineer

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
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The Mechanical & Electrical Building Services Engineer shall provide technical expert advice, plan, design and manage the Client’s project to agreed completion. To include co-ordinating the appointment of contractors, drawing up of contract documentation, administration of contracts on a day to day basis, co-ordinating assessments for Clients and contractor support to ensure site quality checks are maintained to the call-off contract requirements, overseeing quality control and accepting handover of the completed building project on the Client’s behalf. Services shall be offered to cover the full range of electrical and mechanical design services required by a Client on a construction service. The list below indicates some of the services that may be required but is not exhaustive.

• Water, drainage and plumbing

• Heating systems

• Ventilation systems

• Gas supply and distribution

• Electrical supply and distribution

• Lifts consultancy service

• Air conditioning and refrigeration

• Fire detection and protection

• Security and Alarms

• Communications and technology networks

• Day light and artificial lighting

This service shall be completed by an experienced Building Services Engineer who is a chartered member of the CIBSE or equivalent.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Building Surveyors

Lot No

3

two.2.2) Additional CPV code(s)

  • 71315000 - Building services
  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The Building Surveyor shall agree with the Client a procedure for dealing with the Client’s building projects, providing sound technical, financial, legal, environmental and sustainability advice on such building/properties. To include co-ordinating the appointment of contractors, drawing up of contract documentation, administration of contracts on a day to day basis, co-ordinating assessments for Clients and contractor support to ensure site quality checks are maintained to the call-off contract requirements, overseeing quality control and accepting handover of the completed building project on the Client’s behalf.

This service would include but not be limited to:

• Technical reports

• Building Surveys

• Monitoring deterioration/defects and providing advice

• Property management

• Managing all forms of building projects not requiring an architect.

• Organise tender documentation

• Contract administration

• Party Wall matters

• Right of light matters

This service shall be provided by competent and experienced person(s) who can provide evidence of the following:

• RICS/CIOB accredited Degree or Diploma in Quantity Surveying and Chartered Membership of RICS/CIOB with domestic and commercial building experience

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Clerk of Works services

Lot No

4

two.2.2) Additional CPV code(s)

  • 71310000 - Consultative engineering and construction services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The provision of a Clerk of Works to make regular visits to sites (visit time and regularity agreed at individual call-off contract) to make sure that work is carried out properly to the Client’s standards, specification and schedule and that health and safety rules are being followed. To report back promptly as agreed with the Client.

The role shall include but not be limited to the following tasks:

• Studying building plans and drawings to use as a reference when inspecting the work

• Regularly inspecting and measuring the work to ensure it meets the project plans, drawings and specifications

• Measuring and sampling the building materials to make sure they meet specification and quality standards

• Ensuring compliance with legal requirements, building regulations and health and safety

• Identifying defects and advising on how to correct them

• Liaising with the project team, including construction manager, architect, engineer, surveyor and consultants

• Recording results and writing reports for the Client

• Possibly supervising the workforce during a project

• Monitoring and reporting progress on projects in construction to managers, architects and Clients

• Health and safety

• Inspecting property, planning and monitoring maintenance in construction.

This service shall be provided by competent, experienced Clerk of Works who can provide evidence of membership equal and equivalent to and have the relevant CSCS card to gain access to construction sites of the:

Member of the Institute of Clerks of Works and Construction Inspectorate (ICWCI)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Quantity Surveying

Lot No

5

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71322000 - Engineering design services for the construction of civil engineering works

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The provision of Quantity Surveyor is to provide expert knowledge on the Client’s full project management of cost and contracts. To include co-ordinating the appointment of contractors, drawing up of contract documentation, administration of contracts on a day to day basis, co-ordinating assessments for Clients and contractor support to ensure site quality checks are maintained to the call-off contract requirements, overseeing quality control and accepting handover of the completed building project on the Clients behalf.

These services are part of the preparation stage, tender valuation, with the inclusion in England and Wales of the criteria being extended to life cycle costs (as referenced in Article 68, Clause 1a and 1b of the Public Contract Regulations 2015) and ensuring that the agreed additional variations are managed and are an integral part of the process. These are outlined as follows:

• Quantity Surveying

• Value Engineering

Requirements include but not limited to:

▪ Pre-contract involvement - review contract conditions

▪ Feasibility reports for sites

▪ Site investigations

▪ Party Wall agreements

▪ Liaise and work closely with the Clients, Project/Contracts Managers and Site Supervisors

▪ Assisting in claims and dispute resolution

▪ Monitor & update monthly cost / sales / cash flow forecast

▪ Timely and accurate applications for payment compliant with the contract

▪ Ensure proper and timely notification of funding events

▪ Preparing accurate and prudent cost /value analysis

▪ Approving interim and final account measurements

▪ Approving pricing and rating variations

▪ Management, interim and final account agreement

▪ Assessment of capital costs, life cycle costs, maintenance costs, energy costs and general building performance and durability

This service shall be provided by competent and experienced person(s) who can provide evidence of the following:

RICS accredited Degree or Diploma in Quantity Surveying and Chartered Membership of RICS with domestic and commercial building experience.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Employers Agent

Lot No

6

two.2.2) Additional CPV code(s)

  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

These services will include co-ordinating the appointment of contractors, drawing up of contract documentation, administration of contracts on a day to day basis, co-ordinating assessments for Clients and contractor support to ensure site quality checks are maintained to the call-off contract requirements, overseeing quality control and accepting handover of the completed building project on the Client’s behalf. The Employers Agent shall agree with the Client a procedure for dealing with resident requests and a procedure for handing over finished installations.

evidence of the following or equal and equivalent:

• Quantity surveying, building surveying or project management degree accredited by RICS or APM

• RICS or APM qualified

• Chartered Project Management Surveyor

• CoRE Retrofit Diploma

• Member of the Royal Institution of Chartered Surveyors or equivalent, MCIOB qualification or equivalent with at least the following experience:

• JCT, NEC, CIOB and other leading contract forms

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Planning Consultant

Lot No

7

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The provision of Planning Consultant is to provide a full planning service for the Client, including formulating a planning strategy from project conception through to planning consent. It includes full support to help the Client achieve planning policy compliance as far as possible. Compiling all required documentation and completing of planning submissions to the Local Planning Authority.

This service shall be provided by competent, experienced Planning Consultant who can provide evidence of the following or equal and equivalent:

• Membership of the Royal Town Planning Institute

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Principal Designer

Lot No

8

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The Company will undertake the duties of the CDM Regulations 2015 as Principal Designer in line with Regulations 11 & 12 for notifiable and non-notifiable work, including as a Clients Advisor for all non-notifiable CDM projects where the Client may be appointed as Principal Designer.

The Principal Designer is responsible for coordinating the work of others in the project team to ensure that significant and foreseeable risks are managed through the design process, and must comply with their duties under the Construction (Design and Management) (CDM) Regulations 2015.

This service shall be provided by a competent, experienced Principal Designer who can provide evidence of the following:

• A thorough understanding of Health and Safety legislation and how it is applied to on site construction activities

• Ability to manage health and safety risk with programme costs whiles ensuring legal compliance

• Undertake site inspections to determine health and safety compliance

• Strong technical awareness of CDM Regulations 2015 and compliance with the skills, knowledge and experience and capability outlined in CDM Regulations 2015, HSE Guidance document L153 and guidance

• NEBOSH Construction Certificate or similar qualifications

• Membership of IOSH at Tech or Graduate IOSH status

• Have safety in design training provided by a recognised organisation such as RIBA or The Association for Project Safety

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Project Management

Lot No

9

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The Project Manager is responsible for the management of the project process, acting as the interface between the Client, the other design team members, and the building contractor to ensure the delivery of the project on time, to budget and the required quality standards.

This service shall be provided by competent and experienced person(s) who can provide evidence of one of the following:

• Prince 2 Practitioner

• CPMS

• Or equivalent Diploma or degree in project management with construction experience

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Structural Engineer Services

Lot No

10

two.2.2) Additional CPV code(s)

  • 71312000 - Structural engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The Structural Engineer shall provide technical expert advice in the planning and design of building works/projects. The service shall manage the Client’s project to agreed completion. To include co-ordinating the appointment of contractors, drawing up of contract documentation, administration of contracts on a day to day basis, co-ordinating assessments for Clients and contractor support to ensure site quality checks are maintained to the call-off contract requirements, overseeing quality control and accepting handover of the completed building project on the Clients behalf.

In respect of each project the Client may require structural engineering services which would include but not be limited to the following services:

• Site surveys

• Party Wall works

• Feasibility reports

• Structural Design

• Site inspections of works

• Site supervision of works

This service shall be provided by competent, experienced structural engineer who can provide evidence that (equal or equivalent to) the design staff in the organisation are Clients of the following organisation:

• Membership of the Institution of Structural Engineers

There shall be at least one member of staff who has achieved chartered membership.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Civil Engineer

Lot No

11

two.2.2) Additional CPV code(s)

  • 71310000 - Consultative engineering and construction services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

The Civil Engineer shall provide technical expert advice in the planning and design of works/projects. The service shall manage the Client’s project to agreed completion. To include co-ordinating the appointment of contractors, drawing up of contract documentation, administration of contracts on a day to day basis, co-ordinating assessments for Clients and contractor support to ensure site quality checks are maintained to the call-off contract requirements, overseeing quality control and accepting handover of the completed project works on the Clients behalf.

In respect of each project the Client may require Civil Engineering Services which would include but not be limited to the following services:

• Site surveys

• Party Wall works

• Feasibility reports

• Civil Engineering Design

• Site inspections of works

• Site supervision of works

There may also be a requirement for highways and infrastructure design.

This service shall be provided by competent, experienced civil engineer who can provide evidence that (equal or equivalent to) the design staff in the organisation are Clients of the following organisation:

• Membership of the Institute of Civil Engineers

There shall be at least one member of staff who is has achieved chartered membership.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Multi-disciplinary Consultancy Services

Lot No

12

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

A combined consultancy service provider must be able to provide all of the services listed against Lots 1 to 11. These services may be in house or subcontracted out. However, it is the Primary consultant’s responsibility to ensure that all other consultants and sub-contractors are in compliance with the requirements of the framework. The more services that are sub-contracted out as opposed to delivered in house by the provider, the greater reassurance LHC and the Client will require as to the legal and insurance arrangements and supplier performance management and standards maintained (see section 2.5 d).

The Multi-disciplinary Consultancy service can offer additional consultancy services that may be required by the Client. A list of possible additional services is listed below.

• Tree Surveys - membership of the Chartered Institute of Ecology and Environment

• Archaeological Service – membership of the institution of Archaeologist

• Bat surveys – membership of the Chartered Institute of Ecology and Environment

• Geotechnical surveys/investigations - member of the Institute of Civil Engineers

• Planning and development Membership of RIBA

• Public roadways - highway member of the institute of Highways Engineer

• Drainage design - Charter Institute of Building Service engineers,

• Acoustic consultancy – Association of noise consultancy - Member of Institute of Acoustics

• Fire engineering – Member of Institute for fire Engineering

• Eco logical surveys - membership of the Chartered Institute of Ecology and Environment

• Landscape gardening - The Association of Professional Landscapers (APL)

• BIM Coordinator/Manager – membership of RICS or CIOB and AGC Certificate of BIM

The appointed Companies shall have professional membership of, one or more of the following bodies applicable to the services being provided:

• Association for Project Management (APM)

• Chartered Association of Building Engineers (CABE)[2]

• Chartered Institution of Civil Engineering Surveyors (ICES)

• Chartered Institute for Archaeologists (CIFA)

• Chartered Institution of Water and Environmental Management (CIWEM)

• Chartered Institute of Building (CIOB)

• Chartered Institute of Ecology and Environmental Management (CIEEM)[3]

• Chartered Institution of Building Services Engineers (CIBSE)

• Institute of Acoustics

• Institution of Fire Engineers (IFE)

• Institution of Occupational Safety and Health (IOSH)

• Institution of Structural Engineers (IStructE)

• Landscape Institute (LI)

• Royal Institute of British Architects (RIBA)

• Royal Institution of Chartered Surveyors (RICS)

• Or equivalent and equal professional status

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 4 years with the option to extend by +1 and a further +1.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

Envisaged maximum number of participants to the framework agreement: 432

In the case of framework agreements, provide justification for any duration exceeding 4 years:

In light of delays to our Clients’ asset management and construction programmes owing to Covid-19 constraints and impacts, this framework will have the option to extend by two additional years on the standard four year term.

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

8 April 2021

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

Public Procurement Review Service, Cabinet Office

Roseberry Court, Central Avenue, St Andrews Business Park

Norwich

NR7 0HS

Country

United Kingdom