Opportunity

Built Environment Professional Services 2 Framework (BEPS2)

  • Cornwall Council

F02: Contract notice

Notice reference: 2023/S 000-012395

Published 28 April 2023, 5:00pm



The closing date and time has been changed to:

7 July 2023, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Cornwall Council

County Hall, Treyew Road

Truro

TR1 3AY

Contact

Angela Stevens

Email

angela.stevens@cornwall.gov.uk

Telephone

+44 1872

Country

United Kingdom

NUTS code

UKK30 - Cornwall and Isles of Scilly

Internet address(es)

Main address

http://www.cornwall.gov.uk

Buyer's address

http://www.cornwall.gov.uk

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