Section one: Contracting authority
one.1) Name and addresses
Leicester City Council
City Hall (4th Floor), 115 Charles Street
Leicester
LE1 1FZ
Contact
Mr John Morgan
Telephone
+44 1164540347
Country
United Kingdom
NUTS code
UKF21 - Leicester
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?advertId=effd809f-e5e0-ec11-8115-005056b64545
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?advertId=effd809f-e5e0-ec11-8115-005056b64545
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
PAN2730 - Consultancy Services for Construction
Reference number
DN606067
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Leicester City Council invites Tenders for the provision of Professional Services associated
with Property Construction across the multiple service areas within the Authority.
The proposed Framework Agreement will be for two years with an option to extend for a
period or periods totalling no more than 24 months. The Authority intends to award each lot
of the Framework Agreement to a single Supplier.
The Framework Agreement will be split into 3 lots, as detailed below:
Lot A - Multidisciplinary
Lot B - Architecture & Planning
Lot C - Environmental
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Multidisciplinary
Lot No
A
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
- 71800000 - Consulting services for water-supply and waste consultancy
- 72224000 - Project management consultancy services
- 79420000 - Management-related services
- 90710000 - Environmental management
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
Lot A is for the provision of a range of disciplines required to deliver the Core Construction
Programme by the Supplier.
The Supplier shall provide Core Construction Programme disciplines as listed below:
• Project Management
• Quantity Surveying / Cost Manager
• Clerk of Works / Site Supervision
Page 6 to 24
• Structural & Civil Engineering
• Building Services Engineering
• Mechanical Engineering
• Electrical Engineering
• Architecture
• Sustainability
• Health & Safety
• CDM Advisor for Principal Designer
• Fire Safety and Compliance
• Access Consultant - Disability and Discrimination
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 65
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
The proposed Framework Agreement will be for 2 years with an option to extend for a
period or periods totalling no more than a further 24 months
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
Architecture
Lot No
B
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71400000 - Urban planning and landscape architectural services
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
Lot B The Supplier shall provide Architectural & Planning disciplines as listed below:
• Architecture
• CAD Technician
• Sustainability Consultant
• Building Surveyor
• Town Planning
• Landscape Architecture
• Conservation Architecture
• Party Wall Surveyor
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 65
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
The proposed Framework Agreement will be for 2 years with an option to extend for a
period or periods totalling no more than a further 24 months
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
Environmental
Lot No
C
two.2.2) Additional CPV code(s)
- 71313100 - Noise-control consultancy services
- 71313420 - Environmental standards for construction
- 71313430 - Environmental indicators analysis for construction
- 71313440 - Environmental Impact Assessment (EIA) services for construction
- 71313450 - Environmental monitoring for construction
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
The Supplier shall provide Environmental related disciplines as listed below:
• Environmental Engineering
• Acoustic Engineering
• Ecology and Biodiversity Specialist
• Sustainability
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 65
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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: Yes
Description of options
The proposed Framework Agreement will be for 2 years with an option to extend for a
period or periods totalling no more than a further 24 months
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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
14 July 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
Construction and Technology Court (Queens Bench Division)
Priority Courts, 33 Bull street
Birmingham
B4 6Ds
Country
United Kingdom