Tender

Invitation to Tender for Appointment to The Borough Council of Calderdale’s Framework Agreement for the Provision of Professional Consultancy Services

  • The Borough Council of Calderdale

F02: Contract notice

Notice identifier: 2023/S 000-011990

Procurement identifier (OCID): ocds-h6vhtk-03c45a

Published 26 April 2023, 1:24pm



Section one: Contracting authority

one.1) Name and addresses

The Borough Council of Calderdale

Town Hall, Crossley Street

Halifax

HX1 1UJ

Contact

Rachel Jefford

Email

rachel.jefford2@calderdale.gov.uk

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

National registration number

184 3147 61

Internet address(es)

Main address

https://www.calderdale.gov.uk/v2

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103251

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67689&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67689&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

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

Invitation to Tender for Appointment to The Borough Council of Calderdale’s Framework Agreement for the Provision of Professional Consultancy Services

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council invites you to submit a Tender for a framework of the provision of the following Professional Consultancy Services:

Lot 1 Architect Services

Lot 2 Project Management

Lot 3 Cost Consultancy

Lot 4 Building Surveying

Lot 5 Mechanical & Electrical

Lot 6 Structural & Light Civil Engineering

Lot 7 Public Realm Designer

Lot 8 Clerk of Works

Lot 9 Conservation & Heritage Advice

Lot 10 Transport Advice

Lot 11 Multi-Disciplinary - Includes Lots 1 / 2 / 3 / 4 / 5 / 6 / 7 & 8

Tenders may be submitted for one, several or for all lots

two.1.5) Estimated total value

Value excluding VAT: £14,400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Framework Agreement for the Provision of Professional Consultancy Services 2023-27

Lot No

0

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

The Borough Council of Calderdale invites you to submit a Tender for appointment to a framework for the provision of Professional Consultancy Services.

There will be a maximum of four Suppliers appointed to each lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £14,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 1 Architect Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

This lot is for Architectural Services for building works including new build, refurbishment and maintenance. It is envisaged that the scope of services includes but is not limited to the following; Concept design, feasibility studies, preparing planning applications, the creation of detailed construction drawings and lead as Principal Designer where required.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 Project Management

Lot No

2

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

This lot is for Project Management Services. It is envisaged that the scope of services includes but is not limited to the following; development and implementation of Governance, Communication and Reporting Plans, Programme Management, Cost/Budget Management, Contract Administration (NEC3/4 and JCT), Implementing Change Control Processes, Risk Management, Employer’s Agent and Site supervision for construction projects.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 Cost Consultancy

Lot No

3

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

This lot is for Cost Consultancy services, including NEC Supervisor. It is envisaged that the scope of services includes but is not limited to the following; Cost planning / quantity surveying, Value management, Feasibility studies, Cost benefit analysis, Lifecycle costing, Construction project tendering, Construction procurement advice , Valuation, Dispute resolution of costs, Cost estimation and Benchmarking etc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4 Building Surveying

Lot No

4

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

This lot is for Building Surveying Services for building works including new build, refurbishment and maintenance. It is envisaged that the scope of services includes but is not limited to the following; Lead and co-ordinate single and multi-disciplinary works as principal designer, lead consultant, project manager and technical designer as required, Investigations and feasibility studies which include cost estimates.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5 Mechanical & Electrical

Lot No

5

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

This lot is for Mechanial & Electrical Services for building works including new build, refurbishment and maintenance (including lead as Principal Designer where required). It is envisaged that the scope of services includes but is not limited to the following;

Electrical; Emergency Lighting, Lightning and Surge protection, Incoming metered Electrical supply, main panel, distribution, containment. LED Lighting, Photovoltaic Arrays, Fire Alarm and detection systems, etc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 6 Structural and Light Civil Engineering

Lot No

6

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

This lot is for Structural and Light Civil Engineering Services. It is envisaged that the scope of services includes but is not limited to the following; Site Appraisals and Site Surveys, Geotechnical and Geological Investigations, Review documentation of project Feasibility and appraisal options, Assessment and integration of work by specialists, Conduct environmental studies, Perform material investigation, Ground Improvement studies, etc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 7 Public Realm Designer

Lot No

7

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

This lot is for Public Realm Designer Services (including landscape architecture). It is envisaged that the scope of services includes but is not limited to the following; Production of Parameter Plans, High- level Masterplans in compliance with Policy IM7 of the Calderdale Local Plan, Strategic Design Codes defining the key design features and principles. Preparation of relevant Supplementary Planning Documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 8 Clerk of Works

Lot No

8

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

This lot is for Clerk of Works Services for building works including new build, refurbishment and maintenance. It is envisaged that the scope of services includes but is not limited to the following; Attendance at site to inspect the Works and ensuring that Works adhere to the project specifications and drawings whilst remaining impartial and independent when dealing with issues between Contractor and Employer in a Works Contract and in judgements, etc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 9 Conservation & Heritage Advice

Lot No

9

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

This lot is for Conservation & Heritage Advice. It is envisaged that the scope of services includes but is not limited to the following; Production of Conservation Management Plans, Production of Conservation Audits , Develop and undertake surveys and Listed Building or Heritage Asset Assessments, etc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 10 Transport Advice

Lot No

10

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

This lot is for Transport advice services. It is envisaged that the scope of services includes but is not limited to the following; Transport strategy development, Placemaking, Site Assessment, Surveys, Traffic modelling, Masterplanning, Traffic Planning, Landscape Architecture Services, Highways Designs, Feasibility Studies, Active Travel, Traffic Regulation Order drawings and schedules and Road Safety Audits.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 11 - MultiDisciplinary

Lot No

11

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71312000 - Structural engineering consultancy services
  • 72224000 - Project management consultancy services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

This lot is for Multi-Disciplinary Services which includes Lots 1 to 8 Consultancy Services (inclusive). Multi-disciplinary services will be required on larger projects where multi-disciplines are required across multiple RIBA stages. This lot will be used when the Council has a requirement for more than one lot on a particular project. Therefore, Suppliers must be able to deliver services under all of the listed lots as listed.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2023

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the Tender documents provided.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Tender documents provided.


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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 44

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 June 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 3 October 2023

four.2.7) Conditions for opening of tenders

Date

5 June 2023

Local time

12:00pm

Place

Online (YORtender website).

Information about authorised persons and opening procedure

Opening procedure can commence once the return of tender deadline has passed - a member of the Commercial Procurement Unit will do this.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Tenders may be submitted for one, several or for all lots.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Strand

London

WC2A 2LL

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Strand

London

WC2A 2LL

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/

six.4.4) Service from which information about the review procedure may be obtained

High Court of England and Wales

Strand

London

WC2A 2LL

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/