Future opportunity

Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2023

  • Construction and Procurement Delivery CPD, Construction Division

F01: Prior information notice (prior information only)

Notice reference: 2022/S 000-024663

Published 2 September 2022, 2:08pm



Section one: Contracting authority

one.1) Name and addresses

Construction and Procurement Delivery CPD, Construction Division

303 Airport Road West

BELFAST

BT3 9ED

Email

Construct.Info@finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4417840

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

Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2023

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

The Framework Agreement is for the provision of construction related professional services by Consultants and their supply chain, collectively referred to as an Integrated Consultant Team (ICT).

The scope and nature of services will be determined by the needs of the CPD’s clients and may include the provision of services associated with construction projects of the following types:- schools, office accommodation, universities, college/teaching facilities, libraries, workshops, laboratories, forest facilities, agricultural buildings, factories, storage facilities, amenity facilities, sports facilities, arts facilities, historic buildings, business/industrial units, site/park/estates roadways, criminal justice facilities, harbour or other marine developments, landscaping, public realm and regeneration schemes.

NOTE: ECONOMIC OPERATORS ARE WELCOME TO SUBMIT FEEDBACK ON THE FRAMEWORK PROPOSALS BY REPLYING TO CFT: DOF4417840 PAN GOVERNMENT INTEGRATED CONSULTANT TEAM FRAMEWORK AGREEMENT 2023 INFORMATION BULLETIN, PIN NOTICE AND REQUEST FOR FEEDBACK ON THE eTendersNI PORTAL

two.1.5) Estimated total value

Value excluding VAT: £32,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 - Major Works; Lot 2 Minor Works: North; Lot 3 - Minor Works: South; Lot 4 - Small Works and Specialist Services: Belfast Region; Lot 5 - Small Works and Specialist Services - North Region; Lot 6 - Small Works and Specialist Works - South Region. Award of number of Lots across Northern Ireland limited to no more than two Lots overall and; (i) one of the two Minor Works Lots (Lots 2 & 3); (ii) one Small Works and Specialist Services Regions (Lots 4 - 6); and (iv) Within the Small Works and Specialist Services Regions the key disciplines will also be limited to one Lot.

two.2) Description

two.2.1) Title

Lot 1 – Major Works

Lot No

1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71324000 - Quantity surveying services
  • 71541000 - Construction project management services
  • 71200000 - Architectural and related services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

This Lot will provide construction consultancy services throughout Northern Ireland.

two.2.4) Description of the procurement

Lot 1 ICT’s shall be appointed to take forward projects with an estimated works value greater than £4.4m and typically less than £30m. The ICT will prepare the tender documents to be used to appoint an Integrated Supply Team (IST) following a standalone competition publically advertised in Find a Tender.

Seven consultants will be appointed to this Lot.

The estimated value of the Lot is £10m over 4 years.

two.2.14) Additional information

Only the lead consultant will be assessed as part of the Primary Competition. The lead consultant will therefore be free to select the most appropriate supply chain of sub-consultants as part of its secondary tender for each appointment. Contracts will be awarded following a Secondary Competition based on quality and price.

two.2) Description

two.2.1) Title

Lot 2 – Minor Works – North

Lot No

2

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71324000 - Quantity surveying services
  • 71541000 - Construction project management services
  • 71200000 - Architectural and related services
  • 71312000 - Structural engineering consultancy services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

This Lot will provide services in specified postcodes in the ‘Northern’ area of Northern Ireland.

two.2.4) Description of the procurement

Lot 2 ICTs shall be appointed to take forward projects with an estimated works value up to £4.4m. The ISTs will be selected for invitation to tender from the CPD Construction Shortlisting System based on a rota methodology.

Seven ICTs will be appointed to this Lot.

The estimated value of the Lot is £6m over 4 years.

two.2.14) Additional information

Only the ICT lead consultant will be assessed as part of the Primary Competition. The lead consultant will therefore be free to select the most appropriate supply chain of sub-consultants for its tender for each appointment. Contracts will be awarded following a Secondary Competition based on a quality and price assessment. However low value contracts are likely to be based on price only.

two.2) Description

two.2.1) Title

Lot 3 – Minor Works – South

Lot No

3

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71324000 - Quantity surveying services
  • 71541000 - Construction project management services
  • 71200000 - Architectural and related services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

This Lot will provide services in specified postcodes in the ‘Southern’ area of Northern Ireland.

two.2.4) Description of the procurement

Lot 3 ICTs shall be appointed to take forward projects with an estimated works value up to £4.4m. The ISTs will be selected for invitation to tender from the CPD Construction Shortlisting System based on a rota methodology.

Seven ICTs will be appointed to this Lot.

The estimated value of the Lot is £6m over 4 years.

two.2.14) Additional information

Only the ICT lead consultant will be assessed as part of the Primary Competition. The lead consultant will therefore be free to select the most appropriate supply chain of sub-consultants for its tender for each appointment. Contracts will be awarded following a Secondary Competition based on a quality and price assessment. However low value contracts are likely to be based on price only.

two.2) Description

two.2.1) Title

Lot 4 - Small Works and Specialist Services - Belfast Region(Greater Belfast excluding BT4)

Lot No

4

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71541000 - Construction project management services
  • 71300000 - Engineering services
  • 71324000 - Quantity surveying services
  • 71200000 - Architectural and related services
  • 71312000 - Structural engineering consultancy services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

This Lot will provide services in specified postcodes in specified postcodes in the greater Belfast area excluding BT4, known as Belfast Region.

two.2.4) Description of the procurement

The ICT appointed to Lot 4 shall be appointed to take forward projects with an estimated works value of less than £500k. The construction works will usually be undertaken by an IST already appointed by CPD under a Framework Agreement.

One multidisciplinary team of consultants will be appointed to this Lot. This will mean that a consistent team will be available to provide services without the need for further (secondary) competitions, with the value of orders being issued to the consultant based on the rates it tendered in the Primary Competition.

The consultant will also be required to provide specialist services as may be required from time to time, such as providing dilapidation reports, condition surveys, BREEAM assessors, traffic surveys, ecological surveys, energy assessment, fire safety support, radon specialist, etc. for those projects where a Lot 1, Lot 2 or Lot 3 consultant has not been appointed.

When the need arises, the ICT for small works and specialist services may be tendered amongst the three consultants for Lots 4, 5 and 6 using a simple and efficient methodology based on standard documents and based on price only or price and quality.

The estimated value of the Lot is £2m.

two.2.14) Additional information

The lead consultant and its full multidisciplinary team will be assessed as part of the Primary Competition. The consultant will be required to use the same sub-consultants to provide the services for each individual project for the duration of the Framework Agreement.

two.2) Description

two.2.1) Title

Lot 5 – Small Works and Specialist Services – North Region

Lot No

5

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71324000 - Quantity surveying services
  • 71541000 - Construction project management services
  • 71200000 - Architectural and related services
  • 71312000 - Structural engineering consultancy services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

This Lot will provide services in half of the ‘Northern’ area of Northern Ireland plus the postcode area BT4 (Stormont), known as North Region.

two.2.4) Description of the procurement

The ICT appointed to Lot 5 shall be appointed to take forward projects with an estimated works value of less than £500k. The construction works will usually be undertaken by an IST already appointed by CPD under a Framework Agreement.

One multidisciplinary team of consultants will be appointed to this Lot. This will mean that a consistent team will be available to provide services without the need for further (secondary) competitions, with the value of orders being issued to the consultant based on the rates it tendered in the Primary Competition.

The consultant will also be required to provide specialist services as may be required from time to time, such as providing dilapidation reports, condition surveys, BREEAM assessors, traffic surveys, ecological surveys, energy assessment, fire safety support, radon specialist, etc. for those projects where a Lot 1, Lot 2 or Lot 3 consultant has not been appointed.

When the need arises, the ICT for small works and specialist services may be tendered amongst the three consultants for Lots 4, 5 and 6 using a simple and efficient methodology based on standard documents and based on price only or price and quality.

The estimated value of the Lot is £2m.

two.2.14) Additional information

The lead consultant and its full multidisciplinary team will be assessed as part of the Primary Competition. The consultant will be required to use the same sub-consultants to provide the services for each individual project for the duration of the Framework Agreement.

two.2) Description

two.2.1) Title

Lot 6 – Small Works and Specialist Services – South Region

Lot No

6

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71324000 - Quantity surveying services
  • 71312000 - Structural engineering consultancy services
  • 71334000 - Mechanical and electrical engineering services
  • 71541000 - Construction project management services
  • 71200000 - Architectural and related services
  • 71311000 - Civil engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

This Lot will provide services in specified postcodes in southern half of Northern Ireland, known as South Region.

two.2.4) Description of the procurement

The ICT appointed to Lot 6 shall be appointed to take forward projects with an estimated works value of less than £500k. The construction works will usually be undertaken by an IST already appointed by CPD under a Framework Agreement.

One multidisciplinary team of consultants will be appointed to this Lot. This will mean that a consistent team will be available to provide services without the need for further (secondary) competitions, with the value of orders being issued to the consultant based on the rates it tendered in the Primary Competition.

The consultant will also be required to provide specialist services as may be required from time to time, such as providing dilapidation reports, condition surveys, BREEAM assessors, traffic surveys, ecological surveys, energy assessment, fire safety support, radon specialist, etc. for those projects where a Lot 1, Lot 2 or Lot 3 consultant has not been appointed.

When the need arises, the ICT for small works and specialist services may be tendered amongst the three consultants for Lots 4, 5 and 6 using a simple and efficient methodology based on standard documents and based on price only or price and quality.

The estimated value of the Lot is £2m.

two.2.14) Additional information

The lead consultant and its full multidisciplinary team will be assessed as part of the Primary Competition. The consultant will be required to use the same sub-consultants to provide the services for each individual project for the duration of the Framework Agreement.

two.3) Estimated date of publication of contract notice

1 November 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: Yes


Section six. Complementary information

six.3) Additional information

Since a minimum of 14 and a maximum of 24 Economic Operators will be appointed to the Framework Agreement the procurement will be based on the open procedure. This means that there will be no prequalification stage and consultants will be required to respond to the opportunity with details of their experience (Stage 1) and their tender offer (Stage 2). All consultants which satisfy the minimum standards set for experience will progress to Stage 2 at which point their tender will be assessed. Tenders will be assessed on the basis of quality and price. The Quality Price ratio for Lot 1, 2 and 3 will be 80% quality and 20% price. The Quality Price ratio for Lot 4, 5 and 6 will be 60% quality and 40% price. The tenderers with the highest combined score will be appointed to each of the Lots in turn. For the Primary Competition the price will be converted to a score using the following methodology. It is anticipated that the Find a Tender notice will issue in October 2022 and that the new Framework Agreement will be awarded before April 2023. CPD welcomes feedback from prospective Economic Operators on the proposals set out in the attached Information Bulletin. Comments should be returned within the attached questionnaire not later than 22 September 2022 using the functionality within the eTendersNI portal.