Planning

Strategic Partnership for Technical Services Framework

  • CORSERV LIMITED ON BEHALF OF CORMAC SOLUTIONS LIMITED

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-015137

Procurement identifier (OCID): ocds-h6vhtk-0341c7

Published 31 May 2022, 8:58am



Section one: Contracting authority

one.1) Name and addresses

CORSERV LIMITED ON BEHALF OF CORMAC SOLUTIONS LIMITED

Western Group Centre,Radnor Road

REDRUTH

TR165EH

Contact

Claire Butler

Email

claire.butler@corservltd.co.uk

Telephone

+44 1872326916

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

www.corservltd.co.uk

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Strategic Partnership for Technical Services Framework

two.1.2) Main CPV code

  • 71320000 - Engineering design services

two.1.3) Type of contract

Services

two.1.4) Short description

Corserv Limited on behalf of Cormac Solutions Limited, both Cornwall Council wholly owned companies wishes to establish a collaborative, integrated framework partnership with two individual and separate framework partners to provide a diverse range of engineering and technical consultancy services.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

The intention of the framework is to provide additional resources to support Cormac Solutions Ltd's existing design consultancy capabilities to ensure quality service provision to both Cornwall Council and external clients.

The framework is set to commence in November 2022, for an initial duration of seven years, with an option to extend by a further three years. This would give a maximum duration of ten years. The framework value is anticipated to be between £100k to £200k per month over the first twelve months, with an aspirational 5% to 10% growth per annum thereafter.

The framework will cover the following technical services, though we reserve the right to procure specific or specialist services by alternative routes:

• Civil Engineering assessment and design

• Highway assessment and design

• Highway structures assessment and design

• Heritage, residential or commercial property design

• Drainage / hydrology assessment and design

• MEICA assessment and design

• Geotechnical / geoenvironmental assessment and design

• Traffic engineering assessment and design

• Environmental assessment

• Landscape architecture assessment and design

• Urban design

• Transport planning assessment

• Spatial planning

• Technology / electrical assessment and design

• Stakeholder engagement

• Surveys

• NEC3/4 project management support

• Cost planning and estimating services

two.2.14) Additional information

The Tender process:

Fully Open PQQ which will be scored and assessed to determine the Four suppliers to be taken through to the Restricted ITT process.

two.3) Estimated date of publication of contract notice

24 June 2022


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: No