- Scope of the procurement
- Lot 1 – Architectural Services
- Lot 2 – Building Services Engineering
- Lot 3 – Quantity Surveying Services
- Lot 4 – Structural Engineering Services
- Lot 5 – Building Surveying Services
- Lot 6 – Heritage Architectural Services
- Lot 7 – CDM Client Advisor Services
- Lot 8 – Environmental & Engineering Consultancy Services
Section one: Contracting authority
one.1) Name and addresses
Cheshire East Borough Council
Westfields, Middlewich Road
Sandbach
CW11 1HZ
Contact
Mrs Janet Ellison-Jones
janet.ellison-jones@cheshireeast.gov.uk
Telephone
+44 1270686456
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
http://www.cheshireeast.gov.uk/
Buyer's address
http://www.cheshireeast.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Home/About
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/Home/About
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
21 084 Construction Related Consultancy Services Framework
Reference number
DN586436
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
Cheshire East Borough Borough Council intends to create a consultants Framework for the provision of construction related professional services. This Framework is to deliver construction related professional services to all internal departments and any organisation that Cheshire East Borough Council is associated with, to include its wholly owned companies, schools, academies, parish/town councils. The overall objective of the framework is to support the Council to deliver their revenue and capital programmes by;
• Providing professional expertise on construction related projects,
• Providing capacity and skills that allows flexibility where necessary to support existing Council services
• Providing cost certainty
• Standardise and streamline processes with continuous feedback and performance improvements with regards to external resource
• Realise efficiencies through knowledge sharing and monitoring & management of performance in terms of cost and quality
Estimated Value range: Min 1,930,000 to anticipated max 2,910,000, exceptional max 3,500,000 GBP.
The anticipated minimum/maximum values are the value ranges that are expected to be achieved through the framework. For Public Contract Regulations 2015 (PCR’s) threshold purposes the maximum value noted will be the “Exceptional Maximum”. This value has been included to cover unforeseen works but it is not the expected maximum value.
Suppliers can bid for one or more of the above Lots.
The Council intends to offer the top scoring 3 tenders from each Lot (of the ITT responses) a position on the framework. The majority of the works will be new build construction, extension, refurbishment and remodelling projects.
two.1.5) Estimated total value
Value excluding VAT: £3,500,000
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
Lot 1 – Architectural Services
Lot No
01
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Architectural Services
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis.
Estimated Value range: 360,000 to 650,000 GBP
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
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: £650,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend for up to a further 12 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
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
Lot 2 – Building Services Engineering
Lot No
02
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Mechanical and Electrical design/consultancy services.
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis.
Estimated Value range: 220,000 to 410,000 GBP
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
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: £410,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend for up to a further 12 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
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
Lot 3 – Quantity Surveying Services
Lot No
03
two.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Quantity Surveying Services
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis.
Estimated Value range: 320,000 to 580,000 GBP
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
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: £580,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend for up to a further 12 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
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
Lot 4 – Structural Engineering Services
Lot No
04
two.2.2) Additional CPV code(s)
- 71312000 - Structural engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Structural Engineering design/Consultancy Services
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis.
Estimated Value range: 120,000 to 220,000 GBP
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
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: £220,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend for up to a further 12 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
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
Lot 5 – Building Surveying Services
Lot No
05
two.2.2) Additional CPV code(s)
- 71315300 - Building surveying services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Building Surveying design/Consultancy Services
This lot may undertake services on construction projects as well as dilapidation surveys, party wall surveys, boundary disputes, condition surveys, measured surveys etc. This lot will also be required to provide Clerk of Works services across the majority of projects, either themselves or through their supply chain.
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis.
Estimated Value range: 150,000 to 260,000 GBP
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
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: £260,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend for up to a further 12 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
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
Lot 6 – Heritage Architectural Services
Lot No
06
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71312000 - Structural engineering consultancy services
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Architectural Design/Consultancy Services together with sub-consultant services for Building Services, Quantity Surveying and Structural Engineering.
This lot may be requested to provide a multi-disciplinary design service. Providers must therefore be able to deliver the design services detailed in Lots 1, 2 and 4 either themselves or through their supply chain.
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis.
Estimated Value range: 360,000 to 650,000 GBP
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
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: £650,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend for up to a further 12 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
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
Lot 7 – CDM Client Advisor Services
Lot No
07
two.2.2) Additional CPV code(s)
- 71317210 - Health and safety consultancy services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
CDM Co-ordinator services (or future services as defined by legislation).
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis.
Estimated Value range: 110,000 to 200,000 GBP
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
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: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend for up to a further 12 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
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
Lot 8 – Environmental & Engineering Consultancy Services
Lot No
08
two.2.2) Additional CPV code(s)
- 71313000 - Environmental engineering consultancy services
- 71351000 - Geological, geophysical and other scientific prospecting services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Environmental and Engineering Consultancy Services including Environmental Impact Assessments, site/ground investigations, ecological surveys, archaeological surveys and flood risk assessments.
Lot 8 will be involved in traditional construction projects and will also be used as part of wider development projects. Providers will need to demonstrate competence, either themselves, or through their supply chain, in undertaking various services including:
• Environmental Impact Assessments
• Site/ground investigations
• Ecological surveys
• Habitat surveys
• Archaeological surveys
• Traffic and transport surveys
• Flood risk assessments
• Support in Planning applications
• BREEAM/Low Carbon assessor roles
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis.
Estimated Value range: 290,000 to 530,000 GBP
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
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: £530,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend for up to a further 12 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
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: 24
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
21 March 2022
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: Yes
six.3) Additional information
This notice is for a framework agreement for Construction related Consultancy Services and is not in itself a contract and there is no guarantee of volumes of business under this agreement.
Services may be provided under the individual call-off contracts to schools, academies, town/parish councils and alternative service delivery vehicles (ASDVs) established by the Council. Details of the schools and Academies and ASDVs within the Authorities' administrative areas known at the time of publishing can be found at: http://www.education.gov.uk/edubase/home.xhtml and a list of Cheshire East ASDV's can be found at:
Closing date: 21st February 2022 12pm
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period)and Regulation 91 (Enforcement of duties through the court) of the Public Contract Regulations 2015 (as amended).
Cheshire East Borough Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision.
The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to review and scrutinize the award decision before the contract is entered into.