Section one: Contracting authority
one.1) Name and addresses
Cornwall Council
County Hall, Treyew Road
Truro
TR1 3AY
Contact
Angela Stevens
angela.stevens@cornwall.gov.uk
Telephone
+44 1872
Country
United Kingdom
Region code
UKK30 - Cornwall and Isles of Scilly
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=b29b241e-07e5-ed11-8121-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=b29b241e-07e5-ed11-8121-005056b64545
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
Built Environment Professional Services 2 Framework (BEPS2)
Reference number
DN636669
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
Cornwall Council needs to ensure it has access to all the relevant skills required for the professional development and management of its annual Capital programme which in turn is key to successful delivery across its Outcome Delivery Priorities and is seeking to appoint a single consultant to a Framework Agreement to be accountable and responsible for the delivery of capital projects for the Council from RIBA 0 to RIBA 7. The framework will be used to undertake services relating to the built environment that will require multi-disciplinary design support covering, Architecture, Civil Engineering, Structural Engineering and Mechanical & Electrical Engineering. Also, Development Management, Project Management, Cost Management, Site Supervision, Health and Safety Assessment.
We are seeking bids to appoint a single consultant who is capable, under NEC3/4, JCT or other forms of contract as required, of carrying out services on behalf of the Council, and may be asked to provide works and services for all departments and wholly owned companies of the Council.
This procurement process is designed to enable Cornwall Council to have access to all of the services necessary to support construction and civil engineering projects. The winning bidder will need to be supported by a predominantly locally based sub-consultant supply chain. And will need to demonstrate access to sufficient appropriate resources required to meet the council’s capital programme ambitions.
The new operating model within the council sees a move away from the previously adopted hybrid model utilising internal and external resources for delivery, to an entirely outsourced delivery model with council staff focussed on commissioning.
The development of projects will usually be aligned to the RIBA Plan of Works 2020 with formal go/no go Gateways at the end of each stage.
The Consultant shall ensure that all tasks required by the Call-off Contract for the delivery of a Project are carried out by a professional with the appropriate skills, knowledge, training and experience as proportionate to the scale, size and general nature of the project.
Outside of the requirements of the individual Call-Off Contracts the Consultant shall ensure that there is an appropriate programme structure in place to manage the likely workload of the Framework including the interdependencies between projects
It will be the responsibility of the Consultant to determine the optimum resourcing requirements and the appropriate members of staff to utilise on any given project and it is the responsibility of the Consultant to ensure they employ persons with the correct skills, experience, qualifications and professional accreditations to effectively deliver the Scope without support from the Client.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
Cornwall Council needs to ensure it has access to all the relevant skills required for the professional development and management of its annual Capital programme which in turn is key to successful delivery across its Outcome Delivery Priorities and is seeking to appoint a single consultant to a Framework Agreement to be accountable and responsible for the delivery of capital projects for the Council from RIBA 0 to RIBA 7. The framework will be used to undertake services relating to the built environment that will require multi-disciplinary design support covering, Architecture, Civil Engineering, Structural Engineering and Mechanical & Electrical Engineering. Also, Development Management, Project Management, Cost Management, Site Supervision, Health and Safety Assessment.
We are seeking bids to appoint a single consultant who is capable, under NEC3/4, JCT or other forms of contract as required, of carrying out services on behalf of the Council, and may be asked to provide works and services for all departments and wholly owned companies of the Council.
This procurement process is designed to enable Cornwall Council to have access to all of the services necessary to support construction and civil engineering projects. The winning bidder will need to be supported by a predominantly locally based sub-consultant supply chain. And will need to demonstrate access to sufficient appropriate resources required to meet the council’s capital programme ambitions.
The new operating model within the council sees a move away from the previously adopted hybrid model utilising internal and external resources for delivery, to an entirely outsourced delivery model with council staff focussed on commissioning.
The development of projects will usually be aligned to the RIBA Plan of Works 2020 with formal go/no go Gateways at the end of each stage.
The Consultant shall ensure that all tasks required by the Call-off Contract for the delivery of a Project are carried out by a professional with the appropriate skills, knowledge, training and experience as proportionate to the scale, size and general nature of the project.
Outside of the requirements of the individual Call-Off Contracts the Consultant shall ensure that there is an appropriate programme structure in place to manage the likely workload of the Framework including the interdependencies between projects
It will be the responsibility of the Consultant to determine the optimum resourcing requirements and the appropriate members of staff to utilise on any given project and it is the responsibility of the Consultant to ensure they employ persons with the correct skills, experience, qualifications and professional accreditations to effectively deliver the Scope without support from the Client.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 October 2023
End date
1 October 2027
This contract is subject to renewal
Yes
Description of renewals
1x 4 years
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 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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The Framework duration will be 8 years, with project delivery continuing for some years after. The regulations allow for the usual 4 years to exceed in exceptional cases duly justified, in particular by the subject matter of the framework agreement. Advice from Crown Commercial Services is that construction related contracts meet this test, pointing to the requirements of the Construction Playbook.
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
Originally published as:
Date
23 June 2023
Local time
5:00pm
Changed to:
Date
7 July 2023
Local time
5:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 June 2023
Local time
7:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Cornwall Council
Truro
Country
United Kingdom