Opportunity

Professinal Services Framework 4

  • Cumbria County Council
  • Carlisle City Council
  • Allerdale Borough Council
  • Eden District Council
  • Copeland Borough Council
Show 3 more buyers Show fewer buyers
  • Barrow Borough Council
  • South Lakeland District Council
  • Lakes District National Park Authority

F02: Contract notice

Notice reference: 2021/S 000-026726

Published 26 October 2021, 8:52am



The closing date and time has been changed to:

6 December 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Cumbria County Council

Cumbria House, 107 - 117 Botchergate

Carlisle

CA1 1RD

Contact

Mrs Clare Redpath

Email

clare.redpath@cumbria.gov.uk

Telephone

+44 7771396537

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

http://www.cumbria.gov.uk/

Buyer's address

https://cumbria.gov.uk/scprocurement/

one.1) Name and addresses

Carlisle City Council

Carlisle

Email

dawn.reid@carlisle.gov.uk

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

http://www.carlisle.gov.uk/

one.1) Name and addresses

Allerdale Borough Council

Workington

Email

procurement@allerdale.gov.uk

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

http://www.allerdale.gov.uk/

one.1) Name and addresses

Eden District Council

Penrith

Email

fin.man@eden.gov.uk

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

https://www.eden.gov.uk/

one.1) Name and addresses

Copeland Borough Council

Whitehaven

Email

leanne.birkett@copeland.gov.uk

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

http://copeland.gov.uk/

one.1) Name and addresses

Barrow Borough Council

Barrow in Furness

Email

jmuir@barrowbc.gov.uk

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

http://www.barrowbc.gov.uk/

one.1) Name and addresses

South Lakeland District Council

Kendal

Email

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

Email

hq@lakedistrict.gov.uk

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

https://www.the-chest.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.the-chest.org.uk/

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

Internet address

https://www.cumbria.gov.uk/