Tender

21 084 Construction Related Consultancy Services Framework

  • Cheshire East Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-004132

Procurement identifier (OCID): ocds-h6vhtk-0316bf

Published 14 February 2022, 1:00pm



Section one: Contracting authority

one.1) Name and addresses

Cheshire East Borough Council

Westfields, Middlewich Road

Sandbach

CW11 1HZ

Contact

Mrs Janet Ellison-Jones

Email

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:

http://www.cheshireeast.gov.uk/council_and_democracy/your_council/best_fit_services/best_fit_services.aspx

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.