Section one: Contracting authority
one.1) Name and addresses
Cumbria County Council
Cumbria House, 107 - 117 Botchergate
Carlisle
CA1 1RD
Contact
Mrs Clare Redpath
Telephone
+44 7771396537
Country
United Kingdom
NUTS code
UKD1 - Cumbria
Internet address(es)
Main address
Buyer's address
https://cumbria.gov.uk/scprocurement/
one.1) Name and addresses
Carlisle City Council
Carlisle
Country
United Kingdom
NUTS code
UKD1 - Cumbria
Internet address(es)
Main address
one.1) Name and addresses
Allerdale Borough Council
Workington
Country
United Kingdom
NUTS code
UKD1 - Cumbria
Internet address(es)
Main address
one.1) Name and addresses
Eden District Council
Penrith
Country
United Kingdom
NUTS code
UKD1 - Cumbria
Internet address(es)
Main address
one.1) Name and addresses
Copeland Borough Council
Whitehaven
leanne.birkett@copeland.gov.uk
Country
United Kingdom
NUTS code
UKD1 - Cumbria
Internet address(es)
Main address
one.1) Name and addresses
Barrow Borough Council
Barrow in Furness
Country
United Kingdom
NUTS code
UKD1 - Cumbria
Internet address(es)
Main address
one.1) Name and addresses
South Lakeland District Council
Kendal
procurement@southlakeland.gov.uk
Country
United Kingdom
NUTS code
UKD1 - Cumbria
Internet address(es)
Main address
https://www.southlakeland.gov.uk/
one.1) Name and addresses
Lakes District National Park Authority
Kendal
Country
United Kingdom
NUTS code
UKD1 - Cumbria
Internet address(es)
Main address
http://www.lakedistrict.gov.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Professinal Services Framework 4
Reference number
DN575726
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
This Framework aims to establish a sustainable consultancy supply chain to help deliver the Council’s future capital works programme in a cost effective and efficient way in collaboration with Council officers and supply chain partners. The Services have been divided into the following work packages (Lots):
• Lot 1A - Architecture under £50k
• Lot 1B - Architecture over £25k
• Lot 2A - Highways Civils under £50k
• Lot 2B - Highways Civils over £25k
• Lot 3A - Building Surveying under £50k
• Lot 3B - Building Surveying over £25k
• Lot 4A - Growth and Infrastructure under £50k
• Lot 4B - Growth and Infrastructure over £25k
Bidders can bid for one or more lots and can also bid for both sub lots A&B. It is envisaged that the High Value B Lots will have a maximum of four suppliers awarded to each lot, and the Low Value A Lots will have a maximum of eight, however the Council can change this at its total discretion.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 8
two.2) Description
two.2.1) Title
Lot 1A - Architecture < £50k
Lot No
1A
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
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
For commissions up to £50,000. Typically (but not exclusively) consultancy services will be required to deliver the following range of projects:
• General civil engineering and infrastructure
• Land Remediation and landscaping
• New build / Extensions
• Planned Maintenance
• Regeneration Initiatives
• Upgrading and refurbishment of existing portfolio of properties
• Carbon Management and Decarbonisation Projects
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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
Lot 1B - Architecture > £25k
Lot No
1B
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
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
For commissions over £25,000. Typically (but not exclusively) consultancy services will be required to deliver the following range of projects:
• General civil engineering and infrastructure
• Land Remediation and landscaping
• New build / Extensions
• Planned Maintenance
• Regeneration Initiatives
• Upgrading and refurbishment of existing portfolio of properties
• Carbon Management and Decarbonisation Projects
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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
Lot 2A - Highways Civils < £50k
Lot No
2A
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
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
For commissions up to £50,000. Typically (but not exclusively) consultancy services will be
required to deliver the following range of projects:
• General civil engineering and infrastructure projects (including new works, improvement, refurbishment and maintenance related to Roads, Bridge, other structures and Drainage projects)
• Land Remediation and landscaping
• New build / Extensions
• Regeneration Initiatives
• Upgrading and refurbishment of existing portfolio of properties
• Early Contractor involvement on civil engineering and remediation projects
• Commercial or mix-use development infrastructure
• Flood defence or alleviation
• Tidal Work
• Marine or Harbour projects
• Regeneration
• Habitat Creation
• Decarbonisation and renewable energy projects
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £4,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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
Lot 2B - Highways Civils > £25k
Lot No
2B
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
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
For commissions over £25,000. Typically (but not exclusively) consultancy services will be
required to deliver the following range of projects:
• General civil engineering and infrastructure projects (including new works, improvement, refurbishment and maintenance related to Roads, Bridge, other structures and Drainage projects)
• Land Remediation and landscaping
• New build / Extensions
• Regeneration Initiatives
• Upgrading and refurbishment of existing portfolio of properties
• Early Contractor involvement on civil engineering and remediation projects
• Commercial or mix-use development infrastructure
• Flood defence or alleviation
• Tidal Work
• Marine or Harbour projects
• Regeneration
• Habitat Creation
• Decarbonisation and renewable energy projects
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £7,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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
Lot 3A - Building Surveying < £50k
Lot No
3A
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71400000 - Urban planning and landscape architectural services
- 71510000 - Site-investigation services
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
For commissions up to £50,000. Typically (but not exclusively) the services will include:
• Scott schedules of dilapidation and negotiation
• Schedules of Repair
• Expert witness services
• Insurance reinstatement works, i.e. fire and flood etc
• Schedules of condition, typed and photographic
• Insurance valuations
• General building surveys
• Defect analysis & building pathology
• Structural surveys/ design
• Asbestos surveys (CAT 1, 2 & 3)
• M&E and BMS surveys/assessment/testing/ design
• Measured surveys
• Preparation of technical specifications and drawings for new build work
and refurbishment, CDM file compilation
• Due diligence surveys
• DDA Regulations and Surveys
• Building Risk Assessment
• Health & Safety Surveys/Inspections
• Building services
• Facilities management
• Landscape management
• Principal Designer
• Preparation of tender and contract documents using current common
forms (JCT, NEC3, etc.)
• Site investigation and appraisal
• Surveys – Condition, Historical, etc.
• Quantity Surveying and cost control
• Contract administration
• Site supervision
• Clerk of Works
• Planning Applications and building control applications
• Work on listed buildings and listed building consent
• Party Wall Act Services
• Historic Estate advice
• Design Quality assessment / measurement
• Whole life cost and value assessments
• Energy conservation and efficiency
• Sustainability advice and implementation
• Arrange and manage specialist surveys, i.e. asbestos, environmental,
traffic, etc.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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
Lot 3B - Building Surveying > £25k
Lot No
3B
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71400000 - Urban planning and landscape architectural services
- 71510000 - Site-investigation services
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
For commissions over £25,000. Typically (but not exclusively) the services will include:
• Scott schedules of dilapidation and negotiation
• Schedules of Repair
• Expert witness services
• Insurance reinstatement works, i.e. fire and flood etc
• Schedules of condition, typed and photographic
• Insurance valuations
• General building surveys
• Defect analysis & building pathology
• Structural surveys/ design
• Asbestos surveys (CAT 1, 2 & 3)
• M&E and BMS surveys/assessment/testing/ design
• Measured surveys
• Preparation of technical specifications and drawings for new build work
and refurbishment, CDM file compilation
• Due diligence surveys
• DDA Regulations and Surveys
• Building Risk Assessment
• Health & Safety Surveys/Inspections
• Building services
• Facilities management
• Landscape management
• Principal Designer
• Preparation of tender and contract documents using current common
forms (JCT, NEC3, etc.)
• Site investigation and appraisal
• Surveys – Condition, Historical, etc.
• Quantity Surveying and cost control
• Contract administration
• Site supervision
• Clerk of Works
• Planning Applications and building control applications
• Work on listed buildings and listed building consent
• Party Wall Act Services
• Historic Estate advice
• Design Quality assessment / measurement
• Whole life cost and value assessments
• Energy conservation and efficiency
• Sustainability advice and implementation
• Arrange and manage specialist surveys, i.e. asbestos, environmental,
traffic, etc.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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
Lot 4A - Growth and Infrastructure < £50k
Lot No
4A
two.2.2) Additional CPV code(s)
- 71300000 - Engineering services
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
For commissions up to £50,000. Typically (but not exclusively) consultancy services will be required to deliver the
following range of services and projects:
● Infrastructure Planning
● Transport Planning
● Transport Modelling
● Economic Appraisal
● Economic Development
● Local Plans
● Town Planning advice
● Environmental Impact Assessment
● Project and Programme Management
• Carbon Management and Decarbonisation Projects
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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
Lot 4B - Growth and Infrastructure > £25k
Lot No
4B
two.2.2) Additional CPV code(s)
- 71300000 - Engineering services
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
two.2.4) Description of the procurement
For commissions over £25,000. Typically (but not exclusively) consultancy services will be required to deliver the
following range of services and projects:
● Infrastructure Planning
● Transport Planning
● Transport Modelling
● Economic Appraisal
● Economic Development
● Local Plans
● Town Planning advice
● Environmental Impact Assessment
● Project and Programme Management
• Carbon Management and Decarbonisation Projects
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
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.2.14) Additional information
Cumbria is currently undergoing a local government reorganisation and Government has announced that Cumbria County Council is to be replaced by two unitary authorities with effect form 01 April 2023 consequently this Professional Services Framework Agreement is for use by the Contracting Authorities numbered 1 to 7 below that exist on 22 October 2021 and any successor council, as defined in The Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008, to those Contracting Authorities:
1. Cumbria County Council;
2. Allerdale Borough Council;
3. Barrow Borough Council
4.Carlisle City Council;
5. Copeland Borough Council;
6. Eden District Council;
7. South Lakeland District Council
This Professional Services Framework is also for use by the following Contracting Authorities:
8. The Lake District National Park Authority
9. [list any other contracting authorities]
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
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
Originally published as:
Date
3 December 2021
Local time
12:00pm
Changed to:
Date
6 December 2021
Local time
12:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 December 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Suppliers wishing to express an interest and obtain access to the tender documents should
go to www.the-chest.org.uk and click on current opportunities from the navigation area on
the left of the screen. On the next screen enter the contract Reference (DN575726) in the
box labelled 'contains' then click search. Click on the Blue link for the contract title to view
the opportunity. To express an interest you will need to login. If you are not already
registered on the www.the-chest.org.uk you will need to return to the home page and click
on Register. Register FREE link in the navigation area on the left of the screen. Registration is
free of charge and your username and password will be emailed to you.
Cumbria County Council is fully supportive of all aspects of diversity including ethnicity,
race, religion, age, disability and sexual orientation. In this respect Cumbria County Council
welcomes expressions of interest from ethnic minority, disabled and other diverse business
communities and the voluntary sector. Economic operators are therefore required to fully
comply with all statutory obligations/applicable legislation and there will be a requirement
to participate in the Authority's supplier audits on all aspects of diversity.
The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by
publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering
competition; and in no circumstances will the Contracting Authority be liable for any costs
incurred by the candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. The contracting authority reserve the right to use any electronic portal during the life of the agreement.
The value provided in Section II.1.5 and Section II.2.6 is only an estimate.
six.4) Procedures for review
six.4.1) Review body
High Court Of England
London
Country
United Kingdom