Contract

YORconsult3 Consultants Framework Agreement

  • East Riding of Yorkshire Council

F03: Contract award notice

Notice identifier: 2025/S 000-006407

Procurement identifier (OCID): ocds-h6vhtk-043509

Published 20 February 2025, 4:39pm



Section one: Contracting authority

one.1) Name and addresses

East Riding of Yorkshire Council

Cross Street

BEVERLEY

HU179BA

Email

info@yorhub.com

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

www.eastriding.gov.uk

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.ucas.com/

www.neupc.ac.uk/who-are-our-members

www.schoolswebdirectory.co.uk/

www.gov.uk/school-performance-tables

www.ukri.org/

- National Park Authorities:

www.nationalparks.uk/parks/

- 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:

https://aace.org.uk/

- 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

www.oscr.org.uk/

- 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).