Tender

2664_22 Property, Building and Infrastructure Advice and Management Services

  • ESPO

F02: Contract notice

Notice identifier: 2021/S 000-023600

Procurement identifier (OCID): ocds-h6vhtk-02e3a3

Published 22 September 2021, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

Leicester

LE19 1ES

Contact

Corporate solutions procurement team

Email

tenders@espo.org

Telephone

+44 1162657928

Country

United Kingdom

NUTS code

UKF21 - Leicester

Internet address(es)

Main address

http://www.espo.org/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.eastmidstenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.eastmidstenders.org

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Local Authority Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

2664_22 Property, Building and Infrastructure Advice and Management Services

Reference number

2664_22

two.1.2) Main CPV code

  • 71315210 - Building services consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

An ESPO national Framework to provide a reliable and competent source of Property, Building and Infrastructure Advice & Management Services including but not limited to Project Management, Energy Management, Cost Management, Construction Consultancy Services and General and Technical Advice.

Lot 1 Multidisciplinary Technical Advice Services for Property, Building and Infrastructure

• Lot 1a London and the South East

• Lot 1b The Rest of England and Wales

• Lot 1c Scotland

• Lot 1d Northern Ireland

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

To tender: (a) Go to www.eastmidstenders.org, (b) Register (c) Search for tender opportunity ‘2664_22’ d) Express an interest (e) Access and download the tender from the website.

two.1.5) Estimated total value

Value excluding VAT: £750,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

London and the South East

Lot No

1a

two.2.2) Additional CPV code(s)

  • 70331000 - Residential property services
  • 70332000 - Non-residential property services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71210000 - Advisory architectural services
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 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
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315210 - Building services consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 72224000 - Project management consultancy services
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79415200 - Design consultancy services
  • 79417000 - Safety consultancy services
  • 79419000 - Evaluation consultancy services
  • 79421000 - Project-management services other than for construction work
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 90710000 - Environmental management

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision to provide a reliable and competent source of Property, Building and Infrastructure Advice & Management Services including but not limited to project management, planning services, feasibility studies, production of specifications, cost management, design services, CDM services, civil engineering services, architect services, technologist services, surveyors services, mechanical and electrical services, energy management, construction consultancy services, general and technical advice and procurement services which may be required for all types of construction work including new builds, extensions, renovation and repair works.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £225,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

4 January 2022

End date

3 January 2024

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

The Rest of England and Wales

Lot No

1b

two.2.2) Additional CPV code(s)

  • 70331000 - Residential property services
  • 70332000 - Non-residential property services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 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
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315000 - Building services
  • 71315210 - Building services consultancy services
  • 71500000 - Construction-related services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 72224000 - Project management consultancy services
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79415000 - Production management consultancy services
  • 79415200 - Design consultancy services
  • 79417000 - Safety consultancy services
  • 79419000 - Evaluation consultancy services
  • 79420000 - Management-related services
  • 79421000 - Project-management services other than for construction work
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 90710000 - Environmental management

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision to provide a reliable and competent source of Property, Building and Infrastructure Advice & Management Services including but not limited to project management, planning services, feasibility studies, production of specifications, cost management, design services, CDM services, civil engineering services, architect services, technologist services, surveyors services, mechanical and electrical services, energy management, construction consultancy services, general and technical advice and procurement services which may be required for all types of construction work including new builds, extensions, renovation and repair works.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £225,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

4 January 2022

End date

3 January 2024

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

Scotland

Lot No

1c

two.2.2) Additional CPV code(s)

  • 70331000 - Residential property services
  • 70332000 - Non-residential property services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 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
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315000 - Building services
  • 71315210 - Building services consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 72224000 - Project management consultancy services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79415000 - Production management consultancy services
  • 79415200 - Design consultancy services
  • 79417000 - Safety consultancy services
  • 79419000 - Evaluation consultancy services
  • 79421000 - Project-management services other than for construction work
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 90710000 - Environmental management

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision to provide a reliable and competent source of Property, Building and Infrastructure Advice & Management Services including but not limited to project management, planning services, feasibility studies, production of specifications, cost management, design services, CDM services, civil engineering services, architect services, technologist services, surveyors services, mechanical and electrical services, energy management, construction consultancy services, general and technical advice and procurement services which may be required for all types of construction work including new builds, extensions, renovation and repair works.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £150,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

4 January 2022

End date

3 January 2024

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

Northern Ireland

Lot No

1d

two.2.2) Additional CPV code(s)

  • 70331000 - Residential property services
  • 70332000 - Non-residential property services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71240000 - Architectural, engineering and planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313100 - Noise-control consultancy services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 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
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71315000 - Building services
  • 71315210 - Building services consultancy services
  • 71500000 - Construction-related services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 72224000 - Project management consultancy services
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79415000 - Production management consultancy services
  • 79415200 - Design consultancy services
  • 79417000 - Safety consultancy services
  • 79419000 - Evaluation consultancy services
  • 79421000 - Project-management services other than for construction work
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 90710000 - Environmental management

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision to provide a reliable and competent source of Property, Building and Infrastructure Advice & Management Services including but not limited to project management, planning services, feasibility studies, production of specifications, cost management, design services, CDM services, civil engineering services, architect services, technologist services, surveyors services, mechanical and electrical services, energy management, construction consultancy services, general and technical advice and procurement services which may be required for all types of construction work including new builds, extensions, renovation and repair works.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £150,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

4 January 2022

End date

3 January 2024

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The minimum financial requirement for the purposes of the current tender exercise is stated in the procurement documents.

This framework will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained.

Credit rating checks will be carried out on a regular basis, using the credit rating agency, Creditsafe Business Solutions Limited.

Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.


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 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

22 October 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 October 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.