- Lot 1. Architectural Services
- Lot 2. Building Services Engineering
- Lot 3. Quantity Surveying Services
- Lot 4. Structural Engineering Services
- Lot 5. Building Surveying Services (inc. Site Inspection Services)
- Lot 6. Heritage Architectural Services
- Lot 7. CDM Client Advisor Services
- Lot 8. Environmental and Engineering
Scope
Reference
C3770
Description
Cheshire East 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
The Framework will be divided into the following lots:-
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
Lot 8 - Environmental & Engineering Consultancy Services
Other potential beneficiaries of the framework are: Warrington Borough Council, Cheshire West and Chester Borough Council, Cheshire and Warrington Mayoral Combined Authority.
Anticipated maximum spend £3.27 million.
Commercial tool
Establishes a framework
Total value (estimated)
- £3,270,000 excluding VAT
- £3,924,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 30 November 2026 to 29 November 2029
- Possible extension to 29 November 2030
- 4 years
Description of possible extension:
The initial contract term will be 36 months. The Authority reserves the right to exercise an option to extend the contract for up to 12 months.
Options
The right to additional purchases while the contract is valid.
The Authority may exercise an option to extend for 12 months.
Main procurement category
Services
Contract locations
- UKD6 - Cheshire
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Architectural Services
Description
Anticipated Maximum £480k + VAT
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 advantageous tender.
Lot value (estimated)
- £480,000 excluding VAT
- £576,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 71000000 - Architectural, construction, engineering and inspection services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 2. Building Services Engineering
Description
Anticipated Maximum £360k + VAT
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 MAT basis.
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 advantageous tender.
Lot value (estimated)
- £360,000 excluding VAT
- £432,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 71334000 - Mechanical and electrical engineering services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 3. Quantity Surveying Services
Description
Anticipated Maximum £500k + VAT
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 MAT basis.
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 advantageous tender.
Lot value (estimated)
- £500,000 excluding VAT
- £600,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 71324000 - Quantity surveying services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 4. Structural Engineering Services
Description
Anticipated Maximum £160k + VAT
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 MAT basis.
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 advantageous tender.
Lot value (estimated)
- £160,000 excluding VAT
- £192,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 71312000 - Structural engineering consultancy services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 5. Building Surveying Services (inc. Site Inspection Services)
Description
Anticipated Maximum £550k + VAT
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 MAT basis.
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 advantageous tender.
Lot value (estimated)
- £550,000 excluding VAT
- £660,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 71000000 - Architectural, construction, engineering and inspection services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 6. Heritage Architectural Services
Description
Anticipated Maximum £530k + VAT
Architectural Design/Consultancy Services together with sub-consultant services for Building Services 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 MAT basis.
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 advantageous tender.
Lot value (estimated)
- £530,000 excluding VAT
- £636,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 71000000 - Architectural, construction, engineering and inspection services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 7. CDM Client Advisor Services
Description
Anticipated Maximum £130k + VAT
CDM Client Advisor 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 MAT basis.
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 advantageous tender.
Lot value (estimated)
- £130,000 excluding VAT
- £156,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 71317200 - Health and safety services
- 71317210 - Health and safety consultancy services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 8. Environmental and Engineering
Description
Anticipated Maximum £560k + VAT
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.
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 advantageous tender.
Lot value (estimated)
- £560,000 excluding VAT
- £672,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 71000000 - Architectural, construction, engineering and inspection services
- 90700000 - Environmental services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
24
Maximum percentage fee charged to suppliers
3%
Further information about fees
There is a retrospective rebate charged to suppliers of 3%.
Framework operation description
For all Lots it is envisaged that the majority of projects called off from the framework will be allocated by direct appointment to the Provider who ranked number one in the Framework Tender evaluation process (subject to confirmation of capability and capacity, and to satisfactory framework performance).
Occasionally projects may also be allocated following a mini competition, between all providers on a Lot, on either a lowest price basis or a Most Advantageous Tender (MAT) basis. On a lowest price basis the Provider submitting the lowest acceptable tender will be allocated the project. Under a mini competition on the MAT basis Providers will be required to respond to a number of questions as well as submitting a tender price (see the Framework Operation Manual for further details).
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The below authorities are potential beneficiaries of this framework agreement and will do so with the permission of Cheshire East Borough Council.
Warrington Borough Council https://www.warrington.gov.uk/services
Cheshire West and Chester Borough Council https://www.cheshirewestandchester.gov.uk/
Cheshire and Warrington Mayoral Combined Authority - when in place
Contracting authority location restrictions
- UKD6 - Cheshire
Participation
Legal and financial capacity conditions of participation
Lot 1. Architectural Services
Lot 2. Building Services Engineering
Lot 3. Quantity Surveying Services
Lot 4. Structural Engineering Services
Lot 5. Building Surveying Services (inc. Site Inspection Services)
Lot 6. Heritage Architectural Services
Lot 7. CDM Client Advisor Services
Lot 8. Environmental and Engineering
Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.
Technical ability conditions of participation
Lot 1. Architectural Services
Lot 2. Building Services Engineering
Lot 3. Quantity Surveying Services
Lot 4. Structural Engineering Services
Lot 5. Building Surveying Services (inc. Site Inspection Services)
Lot 6. Heritage Architectural Services
Lot 7. CDM Client Advisor Services
Lot 8. Environmental and Engineering
Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.
Particular suitability
Lot 1. Architectural Services
Lot 2. Building Services Engineering
Lot 3. Quantity Surveying Services
Lot 4. Structural Engineering Services
Lot 5. Building Surveying Services (inc. Site Inspection Services)
Lot 6. Heritage Architectural Services
Lot 7. CDM Client Advisor Services
Lot 8. Environmental and Engineering
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
16 February 2026, 11:59pm
Submission type
Requests to participate
Deadline for requests to participate
24 February 2026, 12:00pm
Submission address and any special instructions
All document is available and all communication will take place through the messaging system on the Chest portal.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Lot 1. Architectural Services
Maximum 5 suppliers
Selection criteria:
Top scoring tenders as per shortlisting criteria stated within tender documentation.
Lot 2. Building Services Engineering
Lot 3. Quantity Surveying Services
Lot 4. Structural Engineering Services
Lot 5. Building Surveying Services (inc. Site Inspection Services)
Lot 6. Heritage Architectural Services
Lot 7. CDM Client Advisor Services
Lot 8. Environmental and Engineering
Maximum 5 suppliers
Selection criteria:
Top scoring suppliers as per shortlisting criteria stated within the PSQ documentation.
Award decision date (estimated)
5 November 2026
Recurring procurement
Publication date of next tender notice (estimated): 14 January 2030
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Pricing | Pricing Schedule For full details refer to 30 C3770 Tender Quality Response Template |
Price | 30% |
| Framework and Call Off Task Management | Framework and Call Off Task Management For full details refer to 30 C3770 Tender Quality Response Template |
Quality | 20% |
| Service Delivery and Scenarios | Service Delivery and Scenarios For full details refer to 30 C3770 Tender Quality Response Template |
Quality | 20% |
| Continuous Improvement | Continuous Improvement For full details refer to 30 C3770 Tender Quality Response Template |
Quality | 10% |
| Social Value | Social Value For full details refer to 30 C3770 Tender Quality Response Template |
Quality | 10% |
| Environment Strategy | Environment Strategy For full details refer to 30 C3770 Tender Quality Response Template |
Quality | 10% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Procedure
Stage 1 Participation and Shortlisting Stage
Qualified suppliers meeting the conditions of participation will then have their responses to the shortlisting criteria assessed and scored.
The top 5 scoring suppliers from each of the 8 lots will advance to the tender stage.
Shortlisting Criteria Question Weightings:
QS.1 Relevant Experience and Contract Examples 40%
QS.2 Relevant technical staff 30%
QS.3 Performance Management 20%
QS.4 Carbon Targets 10%
Award Criteria:
Pricing 30%
Framework and Call Off Task Management 20%
Continuous improvement 10%
Social Value 10%
Environment Strategy 10%
Service Delivery and Scenarios 20%
Documents
Associated tender documents
https://www.the-chest.org.uk/
10 C3770 Instructions for Suppliers
20 C3770 Participation and Shortlisting Questionnaire
28 C3770 PSQ App C - Information Assurance Questionnaire
29 C3770 PSQ App D - Notation Value Calculation sheet
30 C3770 Tender Quality Response Template
40 C3770 TQR Scenarios Lots 1 to 8
50 Statement of Requirements - Lots 1 to 7
60 C3770 Terms and Conditions
70 C3770 Pricing Schedules Lots 1 to 8
80 C3770 Framework Operation Manual
90 C3770 FOM Annex 1 LCBS Assessment Tool
Documents to be provided after the tender notice
All documents will be provided any any communication will take place through the messaging system on the Chest portal.
Contracting authority
Cheshire East Council
- Public Procurement Organisation Number: PTWR-7124-XZXQ
Delamere House, Delamere Street
Crewe
CW12JZ
United Kingdom
Contact name: Janet Ellison-Jones
Email: procurementeast@cheshireeast.gov.uk
Website: http://www.cheshireeast.gov.uk
Region: UKD62 - Cheshire East
Organisation type: Public authority - sub-central government