- Scope of the procurement
- Lot 1. Civil Engineering Services
- Lot 2. Transportation Services
- Lot 3. Multi-Disciplinary Building Services
- Lot 4. Architectural Services
- Lot 5. Quantity Surveying Services
- Lot 6. Structural Engineering Services
- Lot 7. Mechanical and Electrical Engineering Services
- Lot 8. Building Surveying Services
- Lot 9. Project Management/Contract Administration and Site Supervision Services
- Lot 10. Local Authority Forward Planning Services and Development Management
- Lot 11. Coastal Services
- Lot 12. Drainage and Flood Protection Services
Section one: Contracting authority
one.1) Name and addresses
East Riding of Yorkshire Council
Cross Street
BEVERLEY
HU179BA
Country
United Kingdom
Region code
UKE12 - East Riding of Yorkshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
YORconsult3 Consultants Framework Agreement
Reference number
CM182
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
A Framework Agreement for construction consultancy services to serve public bodies (and their statutory successors) and third sector organisations primarily in the Yorkshire and Humber region, North East of England, Nottinghamshire, Derbyshire and Lincolnshire. This was detailed in the procurement documents.
This framework replaces the original YORconsult2 North and East Area Consultants Framework and YORconsult2 South and West Area Consultants Framework. It builds upon their legacy of partnership and collaborative working. The full list of accessing bodies is detailed within VI.3. The framework agreement is divided into 12 lots relating to the type of services awarded under the framework agreement (see II.2).
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £152,000,000
two.2) Description
two.2.1) Title
Civil Engineering Services
Lot No
1
two.2.2) Additional CPV code(s)
- 45112450 - Excavation work at archaeological sites
- 63712700 - Traffic control services
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71800000 - Consulting services for water-supply and waste consultancy
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
- 90490000 - Sewer survey and sewage treatment consultancy services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details were available in the Framework procurement documents.
two.2.4) Description of the procurement
Main services include services for highway works, pedestrianisation, park and ride schemes, traffic safety works, highways environmental improvements, hard landscaping, bridge works, public realm works, signals and lighting services, supervision, and other civil engineering works, including associated drainage (but excluding the main services included in Lots 2, 11 and 12).
Some ancillary services including building services, urban planning, environmental, archaeological services and market / economic research services may also be included. This
could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Quality criterion - Name: People / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 8%
Quality criterion - Name: Project Delivery / Weighting: 8%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Transportation Services
Lot No
2
two.2.2) Additional CPV code(s)
- 63712700 - Traffic control services
- 71311200 - Transport systems consultancy services
- 71313400 - Environmental impact assessment for construction
- 71317200 - Health and safety services
- 71319000 - Expert witness services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71335000 - Engineering studies
- 71356000 - Technical services
- 71400000 - Urban planning and landscape architectural services
- 79300000 - Market and economic research; polling and statistics
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services include services for strategic and other studies, transportation modelling and intelligent transport systems; some scheme development work may be included.
Some ancillary services including urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Quality criterion - Name: People / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 12%
Quality criterion - Name: Project Delivery / Weighting: 4%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Multi-Disciplinary Building Services
Lot No
3
two.2.2) Additional CPV code(s)
- 45112450 - Excavation work at archaeological sites
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
- 79930000 - Specialty design services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details were in the Framework procurement documents.
two.2.4) Description of the procurement
Main services include a full range of multi-disciplinary building services for building work (including new build, refurbishment and maintenance projects) for: Architecture, Quantity Surveying, Structural Engineering, Mechanical Engineering, Electrical Engineering, Landscape Architecture, Building Surveying, and Project Management, Contract Administration and Site Supervision.
Some ancillary services including civil engineering services, urban planning, environmental, archaeological services and market / economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Renewable
Energies Services for new build, refurbishment and maintenance projects and Asbestos Survey Services for buildings; including management surveys and pre demolition/refurbishment surveys may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Quality criterion - Name: People / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 8%
Quality criterion - Name: Project Delivery / Weighting: 8%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Architectural Services
Lot No
4
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
- 79930000 - Specialty design services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details were in the Framework procurement documents.
two.2.4) Description of the procurement
Main services involve Architectural Services for building work including new build, refurbishment and maintenance projects. Landscape Architecture services are also included.
Some ancillary services including other Building disciplines, civil engineering services, ground investigations, archaeological services, clerk of work services, urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Asbestos Survey Services for buildings; including management surveys and pre demolition/refurbishment surveys may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Quality criterion - Name: People / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 8%
Quality criterion - Name: Project Delivery / Weighting: 8%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Quantity Surveying Services
Lot No
5
two.2.2) Additional CPV code(s)
- 71242000 - Project and design preparation, estimation of costs
- 71244000 - Calculation of costs, monitoring of costs
- 71246000 - Determining and listing of quantities in construction
- 71321100 - Construction economics services
- 71322100 - Quantity surveying services for civil engineering works
- 71324000 - Quantity surveying services
- 71356000 - Technical services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services involve Quantity Surveying Services for building work including new build, refurbishment and maintenance projects (including any engineering work involved).
Some ancillary services including other Building disciplines and clerk of work services may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 8%
Quality criterion - Name: Project Delivery / Weighting: 8%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients
are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of
working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details were set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Structural Engineering Services
Lot No
6
two.2.2) Additional CPV code(s)
- 71312000 - Structural engineering consultancy services
- 71325000 - Foundation-design services
- 71327000 - Load-bearing structure design services
- 71328000 - Verification of load-bearing structure design services
- 71335000 - Engineering studies
- 71336000 - Engineering support services
- 71351500 - Ground investigation services
- 71356000 - Technical services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details were in the Framework procurement documents.
two.2.4) Description of the procurement
Main services involve Structural Engineering Services for building work including new build, refurbishment, maintenance projects and Building Regulations checking.
Some ancillary services including other Building disciplines, clerk of work services and ground investigations may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Quality criterion - Name: People / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 8%
Quality criterion - Name: Project Delivery / Weighting: 8%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Mechanical and Electrical Engineering Services
Lot No
7
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
- 71315410 - Inspection of ventilation system
- 71318100 - Artificial and natural lighting engineering services for buildings
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
- 71335000 - Engineering studies
- 71336000 - Engineering support services
- 71356000 - Technical services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details were in the Framework procurement documents.
two.2.4) Description of the procurement
Main services involve: Mechanical & Electrical Engineering Services for building work including new build, refurbishment and maintenance projects.
Some ancillary services including other Building disciplines, clerk of work services and Renewable Energies Services for new build, refurbishment and maintenance projects. Asbestos Survey Services for buildings; including management surveys and pre-demolition/refurbishment surveys may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Quality criterion - Name: People / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 8%
Quality criterion - Name: Project Delivery / Weighting: 8%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Building Surveying Services
Lot No
8
two.2.2) Additional CPV code(s)
- 71300000 - Engineering services
- 71410000 - Urban planning services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details were in the Framework procurement documents.
two.2.4) Description of the procurement
Main services involve Building Surveying Services for building work including new build, refurbishment and maintenance projects.
Some ancillary services including other Building disciplines, civil engineering services, ground investigations, archaeological services, clerk of works, urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Renewable Energies Services for new build, refurbishment and maintenance projects and Asbestos Survey Services for buildings; including management surveys and pre demolition/refurbishment surveys may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Quality criterion - Name: People / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 8%
Quality criterion - Name: Project Delivery / Weighting: 8%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Project Management/Contract Administration and Site Supervision Services
Lot No
9
two.2.2) Additional CPV code(s)
- 71356000 - Technical services
- 71520000 - Construction supervision services
- 71540000 - Construction management services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main Services involve Project Management, Contract Administration and Site Supervision Services for building work including new build, refurbishment and maintenance projects.
Some ancillary services: including other Building disciplines and Clerk of Works services may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Quality criterion - Name: People / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 8%
Quality criterion - Name: Project Delivery / Weighting: 8%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Local Authority Forward Planning Services and Development Management
Lot No
10
two.2.2) Additional CPV code(s)
- 71313000 - Environmental engineering consultancy services
- 71356000 - Technical services
- 71410000 - Urban planning services
- 79300000 - Market and economic research; polling and statistics
- 90710000 - Environmental management
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details were in the Framework procurement documents.
two.2.4) Description of the procurement
Main Services involve Local Authority Forward Planning Services and Development Management Services including for local development frameworks, sub-regional planning documents, supplementary planning documents, local plans, neighbourhood planning, development briefs, master planning, regeneration studies and studies to inform the Forward Planning and Development Management function, development management
professional services, public inquires and specialist advice.
Some ancillary services including market/economic/ environmental research services may also be included.
The coverage for both the main services and ancillary services includes for studies and surveys associated with these services.
two.2.5) Award criteria
Quality criterion - Name: People / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 12%
Quality criterion - Name: Project Delivery / Weighting: 4%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Coastal Services
Lot No
11
two.2.2) Additional CPV code(s)
- 45112450 - Excavation work at archaeological sites
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE1 - East Yorkshire and Northern Lincolnshire
- UKE2 - North Yorkshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services include services for coastal management, coastal strategies, coastal protection works from inception to completion and coastal monitoring including collection and interpretation of data.
Some ancillary services including building services, urban planning, environmental and market/ economic research services may also be included. This could include environmental
impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys, archaeological services and other environmental services.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Quality criterion - Name: People / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 8%
Quality criterion - Name: Project Delivery / Weighting: 8%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Drainage and Flood Protection Services
Lot No
12
two.2.2) Additional CPV code(s)
- 45112450 - Excavation work at archaeological sites
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71800000 - Consulting services for water-supply and waste consultancy
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
- 90490000 - Sewer survey and sewage treatment consultancy services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services include services for flood risk mitigation, design and engineering of flood resilience solutions, integrated catchment modelling (including studies), urban drainage and
land drainage works and supervision (but excluding the main services included in Lots 1 and 11).
Some ancillary services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat
surveys, archaeological services and other environmental services.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Quality criterion - Name: People / Weighting: 16%
Quality criterion - Name: Cost Control and Call-Off Progress / Weighting: 8%
Quality criterion - Name: Project Delivery / Weighting: 8%
Quality criterion - Name: Social Value / Framework Management / Weighting: 8%
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit.
In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).
two.2.14) Additional information
Some projects may receive financial contributions from European Union Funds.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-002778
Section five. Award of contract
Contract No
CM182
Lot No
Lots 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11 and 12
Title
YORconsult3 Consultants Framework Agreement
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 January 2025
five.2.2) Information about tenders
Number of tenders received: 84
Number of tenders received by electronic means: 84
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
AECOM Limited (appointed to Lots 2, 10 and 11)
Aldgate Tower, 2 Lemon Street
London
E1 8FA
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01846493
The contractor is an SME
No
five.2.3) Name and address of the contractor
Alan Wood Partnership Limited (appointed to Lots 6, 8, 9 and 12)
341 Beverley Road
Hull
HU5 1LD
Country
United Kingdom
NUTS code
- UKE11 - Kingston upon Hull, City of
Companies House
1988349
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Align Property Partners (appointed to Lots 3 and 7)
County Hall, Racecourse Lane,
Northallerton
DL7 8AH
Country
United Kingdom
NUTS code
- UKE2 - North Yorkshire
Companies House
10385861
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Amey OW Limited (appointed to Lots 1 and 12)
Chancery Exchange, 10 Furnival Street,
London
EC4A 1AB
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01922327
The contractor is an SME
No
five.2.3) Name and address of the contractor
Arcadis Consulting (UK) Limited (appointed to Lots 3 and 10)
80 Fenchurch Street
London
EC3M 2BY
Country
United Kingdom
NUTS code
- UKI - London
Companies House
02212959
The contractor is an SME
No
five.2.3) Name and address of the contractor
Associated Architects (appointed to Lot 4)
1 Severn Street Place, The Mailbox,
Birmingham
B1 1SE
Country
United Kingdom
NUTS code
- UKG31 - Birmingham
Companies House
15293767
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
AtkinsRéalis UK Limited (appointed to Lots 3, 5, 6, 7, 8, 9, 10 and 11)
Woodcote Grove, Ashley Road,
Epsom
KT18 5BW
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
Companies House
688424
The contractor is an SME
No
five.2.3) Name and address of the contractor
Baker Hicks Limited (appointed to Lots 1 and 4)
Kent House, 14-17 Market Place,
London
W1W 8AJ
Country
United Kingdom
NUTS code
- UKI - London
Companies House
06256571
The contractor is an SME
No
five.2.3) Name and address of the contractor
BWB Consulting Ltd (appointed to Lots 6 and 7)
5th Floor, Waterfront House, Station Street,
Nottingham
NG2 3DQ
Country
United Kingdom
NUTS code
- UKF14 - Nottingham
Companies House
05265863
The contractor is an SME
No
five.2.3) Name and address of the contractor
Castle Owen Construction & Property Consultants Limited (appointed to Lot 8)
Unit 1, Hussar Court, Hillsborough Barracks,
Sheffield
S6 2GZ
Country
United Kingdom
NUTS code
- UKE32 - Sheffield
Companies House
04345297
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Currie & Brown UK Limited (appointed to Lot 8)
150 Holborn
London
EC1N 2NS
Country
United Kingdom
NUTS code
- UKI - London
Companies House
1300409
The contractor is an SME
No
five.2.3) Name and address of the contractor
Curtins Consulting Limited (appointed to Lot 6)
51-55 Tithebarn Street
Liverpool
LS 2SB
Country
United Kingdom
NUTS code
- UKD72 - Liverpool
Companies House
2054159
The contractor is an SME
No
five.2.3) Name and address of the contractor
DarntonB3 Limited (appointed to Lot 4)
4th Floor, 10 South Parade,
Leeds
LS1 5QS
Country
United Kingdom
NUTS code
- UKE42 - Leeds
Companies House
06617944
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
DKP Consulting Limited (appointed to Lot 5)
55-57 Burn Bridge Road
Harrogate
HG3 1PB
Country
United Kingdom
NUTS code
- UKE - Yorkshire and the Humber
Companies House
06780221
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Gotch Saunders & Surridge LLP t/a GSSArchitecture (appointed to Lot 4)
35 Headlands
Kettering
NN15 7ES
Country
United Kingdom
NUTS code
- UKF2 - Leicestershire, Rutland and Northamptonshire
Companies House
OC336029
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
HaskoningDHV UK Ltd. (appointed to Lot 11)
Westpoint, Peterborough Business Park, Lynch Wood,
Peterborough
PE2 6FZ
Country
United Kingdom
NUTS code
- UKH11 - Peterborough
Companies House
1336844
The contractor is an SME
No
five.2.3) Name and address of the contractor
Hydrock Consultants Limited (appointed to Lot 2)
Over Court Barns, Over Lane, Almondsbury,
Bristol
BS32 4DF
Country
United Kingdom
NUTS code
- UKK11 - Bristol, City of
Companies House
03118932
The contractor is an SME
No
five.2.3) Name and address of the contractor
Identity Consult Limited (appointed to Lots 5 and 9)
6 Pickersgill Court, Quay West Business Village,
Sunderland
SR5 2AQ
Country
United Kingdom
NUTS code
- UKC23 - Sunderland
Companies House
5416411
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
JCP Consulting Engineers Ltd (appointed to Lot 7)
1-2 Brenkley Way, Seaton Burn,
Newcastle upon Tyne
NE13 6DS
Country
United Kingdom
NUTS code
- UKC - North East (England)
Companies House
08017776
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Jeremy Benn Associates Limited (appointed to Lot 10)
1 Broughton Park, Old Lane North, Broughton,
Skipton
BD23 3FD
Country
United Kingdom
NUTS code
- UKE - Yorkshire and the Humber
Companies House
03246693
The contractor is an SME
No
five.2.3) Name and address of the contractor
Kier Business Services Limited (also known as Kier Design and Business Services - "DaBS") (appointed to Lots 4, 5, 8 and 9)
2nd Floor, Optimum House, Clippers Quay,
Salford
M50 3XP
Country
United Kingdom
NUTS code
- UKD - North West (England)
Companies House
03679828
The contractor is an SME
No
five.2.3) Name and address of the contractor
Land Use Consultants Ltd (LUC) (appointed to Lot 10)
250 Waterloo Road
London
SE1 8RD
Country
United Kingdom
NUTS code
- UKI - London
Companies House
2549296
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Langtry-Langton Architects (appointed to Lot 4)
8 Oak Mount
Bradford
BD8 7BD
Country
United Kingdom
NUTS code
- UKE41 - Bradford
Justification for not providing organisation identifier
Partnership
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Local Transport Projects Limited (appointed to Lot 2)
650 Anlaby Road
Hull
HU3 6UU
Country
United Kingdom
NUTS code
- UKE11 - Kingston upon Hull, City of
Companies House
05295328
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Mason Clark Associates Ltd (appointed to Lots 1, 3, 6, 8, 9 and 12)
Church House, 44 Newland Park,
Hull
HU5 2DW
Country
United Kingdom
NUTS code
- UKE11 - Kingston upon Hull, City of
Companies House
2537113
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Mott Macdonald Limited (appointed to Lots 3, 4, 7, 10 and 11)
Mott MacDonald House, 8-10 Sydenham Road,
Croydon
CR0 2EE
Country
United Kingdom
NUTS code
- UKI - London
Companies House
1243967
The contractor is an SME
No
five.2.3) Name and address of the contractor
NORR Consultants Limited (appointed to Lots 3 and 4)
8th Floor, Percy House,
Newcastle upon Tyne
NE1 4PW
Country
United Kingdom
NUTS code
- UKC - North East (England)
Companies House
07388211
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ove Arup and Partners Ltd (appointed to Lots 1, 2, 6, 7, 10, 11 and 12)
8 Fitzroy Street
London
W1T 4BJ
Country
United Kingdom
NUTS code
- UKI - London
Companies House
1312453
The contractor is an SME
No
five.2.3) Name and address of the contractor
Pell Frischmann Consultants Ltd. (appointed to Lots 1, 2 and 12)
5th Floor, 85 Strand,
London
WC2R 0DW
Country
United Kingdom
NUTS code
- UKI - London
Companies House
1777946
The contractor is an SME
No
five.2.3) Name and address of the contractor
Ramboll UK&I Limited (appointed to Lot 2)
240 Blackfriars Road
London
SE1 8NW
Country
United Kingdom
NUTS code
- UKI - London
Companies House
03659970
The contractor is an SME
No
five.2.3) Name and address of the contractor
Rider Levett Bucknall UK Ltd (appointed to Lots 3, 5, 8 and 9)
15 Colmore Row
Birmingham
B3 2BH
Country
United Kingdom
NUTS code
- UKG31 - Birmingham
Companies House
4653580
The contractor is an SME
No
five.2.3) Name and address of the contractor
Ridge and Partners LLP (appointed to Lot 3)
The Cowyards, Blenheim Park, Oxford Road,
Woodstock
OX20 1QR
Country
United Kingdom
NUTS code
- UKJ14 - Oxfordshire
Companies House
OC309402
The contractor is an SME
No
five.2.3) Name and address of the contractor
RPP Limited trading as Rex Procter and Partners (appointed to Lots 5, 8 and 9)
First Floor, Riverside West, Whitehall Road,
Leeds
LS1 4AW
Country
United Kingdom
NUTS code
- UKE42 - Leeds
Companies House
07159352
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
RPS Consulting Services Limited (appointed to Lot 1)
20 Western Avenue, Milton Park,
Abingdon
OX14 4SH
Country
United Kingdom
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House
01470149
The contractor is an SME
No
five.2.3) Name and address of the contractor
RSK Environment Limited (appointed to Lot 1)
65 Sussex Street
Glasgow
G41 1DX
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
Companies House
SC115530
The contractor is an SME
No
five.2.3) Name and address of the contractor
Services Design Associates Ltd (appointed to Lot 7)
Unit 1, Acres Hill Business Park, Acres Hill Lane,
Sheffield
S12 4SD
Country
United Kingdom
NUTS code
- UKE32 - Sheffield
Companies House
2280509
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Sum Ltd (appointed to Lot 5)
1 Park Row
Leeds
LS1 5HN
Country
United Kingdom
NUTS code
- UKE42 - Leeds
Companies House
4354672
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
SYSTRA LIMITED (appointed to Lots 2 and 12)
3rd Floor, One Carey Lane,
London
EC2V 8AE
Country
United Kingdom
NUTS code
- UKI - London
Companies House
03383212
The contractor is an SME
No
five.2.3) Name and address of the contractor
Turner & Townsend Project Management Limited (appointed to Lots 3, 5 and 9)
Low Hall, Calverley Lane, Horsforth,
Leeds
LS18 4GH
Country
United Kingdom
NUTS code
- UKE42 - Leeds
Companies House
2165592
The contractor is an SME
No
five.2.3) Name and address of the contractor
Waterman Infrastructure & Environment Ltd (appointed to Lots 1 and 12)
2nd Floor, Victoria Wharf, 4 The Embankment, Sovereign Street,
Leeds
LS1 4BA
Country
United Kingdom
NUTS code
- UKE42 - Leeds
Companies House
03269195
The contractor is an SME
No
five.2.3) Name and address of the contractor
Wilde Consultants Ltd (appointed to Lot 1)
Brindley Lodge, Adcroft Street,
Stockport
SK1 3HS
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
Companies House
02603960
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Wm. Saunders Partnership LLP (trading as William Saunders) (appointed to Lot 6)
Ossington Chambers, 6-8 Castle Gate,
Newark
NG24 1AX
Country
United Kingdom
NUTS code
- UKF1 - Derbyshire and Nottinghamshire
Companies House
OC308323
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
WSP UK Ltd (appointed to Lot 1, 2, 6, 7, 11 and 12)
WSP House, 70 Chancery Lane,
London
WC2A 1AF
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01383511
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £152,000,000
Section six. Complementary information
six.3) Additional information
Public sector organisations that may access this framework subject to approval of the contracting authority include (but are not limited to):
- Local Authorities in Yorkshire and Humber, the North East (England), Lincolnshire, Nottinghamshire, Derbyshire and Sheffield Local Enterprise Partnership region (i.e. a local authority as defined in Regulation 1 and 84(1) of the Local Government Act 2000, Local Authorities include all County, City, District and Borough Councils, Unitary Authorities, Parish and Town Councils. A list of all local authorities is available at www.gov.uk/find-local-council.
- Central Government Departments, no-departmental government bodies and Agencies www.gov.uk/government/organisations
- Combined Authorities (as defined in Local Democracy, Economic Development and Construction Act 2009);
- Educational establishments (e.g. schools, school governing bodies; voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities; academies; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, University Technical Colleges, University Purchasing Consortium, further education establishments; higher education establishments and other educational
establishments).
www.neupc.ac.uk/who-are-our-members
www.schoolswebdirectory.co.uk/
www.gov.uk/school-performance-tables
- National Park Authorities:
- Internal Drainage Boards:
http://www.ada.org.uk/idb_members_map.html
- Registered Social Landlords (Housing Associations):
www.gov.uk/government/publications/current-registered-providers-of-social-housing
- Police Forces:
www.police.uk/?view=force_sites
- Fire and Rescue Services:
www.fireservice.co.uk/information/ukfrs
- Ambulance Services:
- NHS Bodies England:
https://www.england.nhs.uk/publication/nhs-provider-directory/
https://www.nhsbsa.nhs.uk/sicbls-icbs-and-other-providers/organisation-and-prescriberchanges/
sub-icb-locations
https://www.nhs.uk/Service-Search/other-services/AreaTeam/LocationSearch/1839
https://www.gov.uk/government/publications/health-and-care-bill-factsheets/health-andcare-
bill-special-health-authority-time-limits
- Hospices in the UK:
https://www.hospiceuk.org/about-hospice-care/find-a-hospice
- Third Sector and Charities in the United Kingdom:
www.gov.uk/government/organisations/charity-commission
- Citizens Advice:
https://www.citizensadvice.org.uk/about-us/
- Projects commissioned by Local Enterprise Partnerships (LEP's);
- Also permitted to access the framework are locally delivered Public Service providers e.g. General Practitioners' Surgeries:
www.nhs.uk/service-search/find-a-gp
- The option is reserved for the framework to be used by projects funded by Section 106 and/or community infrastructure levy.
- Passenger Transport Executives:
https://www.urbantransportgroup.org/members
- Humber Bridge Board:
http://www.humberbridge.co.uk/
- Canal and River Trusts:
www.canalrivertrust.org.uk/about-us/our-regions/north-east-waterways
- social enterprises within culture and leisure:
https://www.sportandrecreation.org.uk/members/member-directory
- Trusts, Charities, Social Enterprises, Mutuals, and Community Interest Companies: (i.e. organisations that have been established by the public bodies within the scope of this advertisement and/or where the contracting public bodies are trustees or partners of the Trusts, Social Enterprises, Mutuals and Community Interest Companies or any similar organisation).
Other additional Public Bodies operating in this Region but not specifically referred to may also use this Framework. It further includes successors to those organisations already identified and their subsidiaries. It is intended that the framework will deliver a significant proportion of the general civil engineering and related works of these public sector bodies. However, these public sector bodies do not guarantee to award a minimum value or indeed any value of services under the proposed arrangement. All financial values stated in this notice do not include VAT.
six.4) Procedures for review
six.4.1) Review body
East Riding of Yorkshire Council
County Hall, Cross Street,
Beverley
HU17 9BA
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
East Riding of Yorkshire Council incorporated a standstill period at the point information on the award of the framework was communicated to tenderers. That notification provided full information on the award decision. The standstill period, which was for a minimum of 10 calendar days, provided time for unsuccessful tenderers to challenge the award decision before the framework was entered into. The Public Contracts Regulations 2015 provide for an economic operator who suffers or risks suffering loss or damage by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).