Tender

PAN2730 - Consultancy Services for Construction

  • Leicester City Council

F02: Contract notice

Notice identifier: 2022/S 000-015229

Procurement identifier (OCID): ocds-h6vhtk-034223

Published 31 May 2022, 2:59pm



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

Email

John.Morgan@leicester.gov.uk

Telephone

+44 1164540347

Country

United Kingdom

NUTS code

UKF21 - Leicester

Internet address(es)

Main address

http://www.leicester.gov.uk

Buyer's address

http://www.leicester.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?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