Opportunity

Development Consultants Framework

  • Hyde Housing Association Ltd

F02: Contract notice

Notice reference: 2023/S 000-027948

Published 21 September 2023, 4:06pm



Section one: Contracting authority

one.1) Name and addresses

Hyde Housing Association Ltd

30 Park Street

London

SE1 9EQ

Contact

Tarvinder Bhungle

Email

Tarvinder.Bhungle@hyde-housing.co.uk

Telephone

+44 2073785074

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

IP18195R

Internet address(es)

Main address

https://www.hyde-housing.co.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/119413

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=72942&B=HYDE-HOUSING

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=72942&B=HYDE-HOUSING

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Development Consultants Framework

two.1.2) Main CPV code

  • 71315200 - Building consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

It is Hyde’s intention in respect of this invitation to tender to appoint a framework of consultants, divided into lots, to provide a range of consultancy services (Employers Agent, Architectural Services, Principal Designer (CDM), Clerk of Works, Planning Consultant and Fire Engineer) to THG (The Hyde Group) and other third-party framework users. The consultancy services provided via the framework will primarily support the delivery of new homes. Successful consultants will be appointed via a Framework Agreement.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000,000

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

Lot 1a: Employers Agent - Lot/Project Price Banding £0-£10M

Lot No

1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves undertaking all duties on the employer’s behalf, specific contractual duties and managing projects day-to-day. Services include drafting the project execution plan; managing the briefing and scope definition process; appointing design consultants; managing clients and third-party liaison; preparing employer’s requirements and other tender documentation; implementing change control and supporting use of warranties to meet the requirements of third parties.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 1b: Employers Agent - Lot/Project Price Banding £10-£25M

Lot No

2

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves undertaking all duties on the employer’s behalf, specific contractual duties and managing projects day-to-day. Services include drafting the project execution plan; managing the briefing and scope definition process; appointing design consultants; managing clients and third-party liaison; preparing employer’s requirements and other tender documentation; implementing change control and supporting use of warranties to meet the requirements of third parties.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 1c: Employers Agent - Lot/Project Price Banding £25-£50M

Lot No

3

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves undertaking all duties on the employer’s behalf, specific contractual duties and managing projects day-to-day. Services include drafting the project execution plan; managing the briefing and scope definition process; appointing design consultants; managing clients and third-party liaison; preparing employer’s requirements and other tender documentation; implementing change control and supporting use of warranties to meet the requirements of third parties.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 1d: Employers Agent - Lot/Project Price Banding £50M+

Lot No

4

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves undertaking all duties on the employer’s behalf, specific contractual duties and managing projects day-to-day. Services include drafting the project execution plan; managing the briefing and scope definition process; appointing design consultants; managing clients and third-party liaison; preparing employer’s requirements and other tender documentation; implementing change control and supporting use of warranties to meet the requirements of third parties.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 2a: Architectural Services - Lot/Project Price Banding £0-£10M

Lot No

5

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role includes acting as the lead designer on development schemes, ensuring that the designs meets the requirements of the clients brief and the planning authority. The contractor will proactively seek the latest required standards and details of any scheme specific funding requirements from the client and participate proactively in any collaborative design / project management system that the client deem appropriate from time to time such as BIM.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 2b: Architectural Services - Lot/Project Price Banding £10-£25M

Lot No

6

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role includes acting as the lead designer on development schemes, ensuring that the designs meets the requirements of the clients brief and the planning authority. The contractor will proactively seek the latest required standards and details of any scheme specific funding requirements from the client and participate proactively in any collaborative design / project management system that the client deem appropriate from time to time such as BIM.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 2c: Architectural Services - Lot/Project Price Banding £25-£50M

Lot No

7

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role includes acting as the lead designer on development schemes, ensuring that the designs meets the requirements of the clients brief and the planning authority. The contractor will proactively seek the latest required standards and details of any scheme specific funding requirements from the client and participate proactively in any collaborative design / project management system that the client deem appropriate from time to time such as BIM.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender Documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 2d: Architectural Services - Lot/Project Price Banding £50M+

Lot No

8

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role includes acting as the lead designer on development schemes, ensuring that the designs meets the requirements of the clients brief and the planning authority. The contractor will proactively seek the latest required standards and details of any scheme specific funding requirements from the client and participate proactively in any collaborative design / project management system that the client deem appropriate from time to time such as BIM.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 3a: Clerk of Works - Lot/Project Price Banding £0-£10M

Lot No

9

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves overseeing construction projects to ensure they meet quality standards, adhere to plans, & comply with regulations. Monitor progress, inspect work, address issues, & report to project stakeholders. Primary responsibility is to ensure that construction projects are carried out in accordance with the approved plans, specifications, & quality standards. Act as the eyes & ears of the client on the construction site, monitoring the work being done by contractors & subcontractors.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 3b: Clerk of Works - Lot/Project Price Banding £10-£25M

Lot No

10

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves overseeing construction projects to ensure they meet quality standards, adhere to plans, & comply with regulations. Monitor progress, inspect work, address issues, & report to project stakeholders. Primary responsibility is to ensure that construction projects are carried out in accordance with the approved plans, specifications, & quality standards. Act as the eyes & ears of the client on the construction site, monitoring the work being done by contractors & subcontractors.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 3c: Clerk of Works - Lot/Project Price Banding £25-£50M

Lot No

11

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves overseeing construction projects to ensure they meet quality standards, adhere to plans, & comply with regulations. Monitor progress, inspect work, address issues, & report to project stakeholders. Primary responsibility is to ensure that construction projects are carried out in accordance with the approved plans, specifications, & quality standards. Act as the eyes & ears of the client on the construction site, monitoring the work being done by contractors & subcontractors.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 3d: Clerk of Works - Lot/Project Price Banding £50M+

Lot No

12

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves overseeing construction projects to ensure they meet quality standards, adhere to plans, & comply with regulations. Monitor progress, inspect work, address issues, & report to project stakeholders. Primary responsibility is to ensure that construction projects are carried out in accordance with the approved plans, specifications, & quality standards. Act as the eyes & ears of the client on the construction site, monitoring the work being done by contractors & subcontractors.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 4a: Planning Consultant - Lot/Project Price Banding £0-£10M

Lot No

13

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, such as providing expertise and guidance on land use, planning legislation, regulations, and development projects to help navigate the planning and approval process efficiently.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 4b: Planning Consultant - Lot/Project Price Banding £10-£25M

Lot No

14

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, such as providing expertise and guidance on land use, planning legislation, regulations, and development projects to help navigate the planning and approval process efficiently.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 4c: Planning Consultant - Lot/Project Price Banding £25-£50M

Lot No

15

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, such as providing expertise and guidance on land use, planning legislation, regulations, and development projects to help navigate the planning and approval process efficiently.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 4d: Planning Consultant - Lot/Project Price Banding £50M+

Lot No

16

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, such as providing expertise and guidance on land use, planning legislation, regulations, and development projects to help navigate the planning and approval process efficiently.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender Documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 5a: Principal Designer - Lot/Project Price Banding £0-£10M

Lot No

17

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, The principal designer, under CDM (Construction Design and Management) regulations, is responsible for managing health and safety aspects during the pre-construction phase of a project, ensuring risks are identified and minimised, with support provided through the construction phase and practical completion.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 5b: Principal Designer - Lot/Project Price Banding £10-£25M

Lot No

18

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, The principal designer, under CDM (Construction Design and Management) regulations, is responsible for managing health and safety aspects during the pre-construction phase of a project, ensuring risks are identified and minimised, with support provided through the construction phase and practical completion.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 5c: Principal Designer - Lot/Project Price Banding £25-£50M

Lot No

19

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, The principal designer, under CDM (Construction Design and Management) regulations, is responsible for managing health and safety aspects during the pre-construction phase of a project, ensuring risks are identified and minimised, with support provided through the construction phase and practical completion.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 5d: Principal Designer - Lot/Project Price Banding £50M+

Lot No

20

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, The principal designer, under CDM (Construction Design and Management) regulations, is responsible for managing health and safety aspects during the pre-construction phase of a project, ensuring risks are identified and minimised, with support provided through the construction phase and practical completion.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 6a: Fire Engineer - Lot/Project Price Banding £0-£10M

Lot No

21

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, such as offering expertise and advice on fire safety measures, regulations, and strategies to minimise fire risks and enhance safety in buildings and environments.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 6b: Fire Engineer - Lot/Project Price Banding £10-£25M

Lot No

22

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, such as offering expertise and advice on fire safety measures, regulations, and strategies to minimise fire risks and enhance safety in buildings and environments.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 6c: Fire Engineer - Lot/Project Price Banding £25-50M

Lot No

23

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, such as offering expertise and advice on fire safety measures, regulations, and strategies to minimise fire risks and enhance safety in buildings and environments.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

two.2) Description

two.2.1) Title

Lot 6d: Fire Engineer - Lot/Project Price Banding £50M+

Lot No

24

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71248000 - Supervision of project and documentation
  • 71251000 - Architectural and building-surveying services
  • 71312000 - Structural engineering consultancy services
  • 71313410 - Risk or hazard assessment for construction
  • 71313420 - Environmental standards for construction
  • 71315300 - Building surveying services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71317210 - Health and safety consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71324000 - Quantity surveying services
  • 71334000 - Mechanical and electrical engineering services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631000 - Technical inspection services
  • 72224000 - Project management consultancy services
  • 73210000 - Research consultancy services
  • 75251110 - Fire-prevention services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Role involves activities, such as offering expertise and advice on fire safety measures, regulations, and strategies to minimise fire risks and enhance safety in buildings and environments.

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: £2,000,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 10

Maximum number: 30

Objective criteria for choosing the limited number of candidates:

As per Tender documents

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

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per Tender documents

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

As per Tender documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

Envisaged maximum number of participants to the framework agreement: 360

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2018/S 148-338848

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 October 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 November 2023

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

Tender must be valid until: 1 July 2024


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Sept 2027

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Hyde is following the restricted procedure to procure the Framework Agreement, interested Applicants are initially only required to submit a completed SQ by the deadline stated in this notice. Only those Applicants that are shortlisted for the tender stage following the SQ evaluation will be required to submit a tender for the Framework Agreement in response to the Invitation to Tender (ITT).

This ITT seeks to create a framework by inviting proposals in respect of supply of Development Consultants services.

Hyde wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):

A full list of potential contracting authorities can be found here under the most recent file:

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

The following public bodies may also use the Framework Agreement:

http://www.wales.com/study/universities-wales

http://gov.wales/topics/improvingservices/devolution-democracy-delivery/register-of-public-bodies/?lang=en

https://www.executiveoffice-ni.gov.uk/publications/public-bodies-and-public-appointments-annual-report-201415

http://www.gov.scot/Topics/Government/public-bodies/about/Bodies

The Framework Value of £2,000,000,000 does not relate to the contract value. The Framework Value is a nominal amount to provide sufficient scope for framework usage by other public sector bodies during the 4 year framework term.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

The Strand

WC2A 2LL

Country

United Kingdom