Tender

National Framework for Professional Services in Construction and Premises 2024

  • The Education Alliance

F02: Contract notice

Notice identifier: 2023/S 000-028035

Procurement identifier (OCID): ocds-h6vhtk-03c419

Published 22 September 2023, 12:46pm



Section one: Contracting authority

one.1) Name and addresses

The Education Alliance

East Dale Road

Melton

HU14 3HS

Email

tenders@pagabo.co.uk

Country

United Kingdom

NUTS code

UKE12 - East Riding of Yorkshire

Internet address(es)

Main address

https://theeducationalliance.org.uk/

one.3) Communication

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

https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1266

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1266

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

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

https://in-tendhost.co.uk/pagabo/aspx/home

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

National Framework for Professional Services in Construction and Premises 2024

Reference number

AVP-TEA-3001

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

Added Value Portal t/a Pagabo, acting on behalf of The Education Alliance, is looking to appoint a number of Consultants to a Framework Agreement to provide a range of Professional Services, across multiple geographical areas. The resulting Framework Agreement will deliver works UK wide (excluding Scotland). The Framework Agreement is divided into 23 lots, which will cover all bodies in the UK Public Sector. The procurement will involve a single stage process following a Public Contract Regulations 2015 Open Procedure. This Framework Agreement is being advertised and tendered, so it can be utilised by all public sector bodies in the UK, the full list of applicable public sector organisations is available in the Tender synopsis on Pagabo's In- Tend portal -https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1266. The framework shall have the facility for Client Organisations to Direct Award and Further Compete their requirement.

two.1.5) Estimated total value

Value excluding VAT: £780,000,000

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 1 – Complete Services Solution (lot 2 – 20)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71500000 - Construction-related services
  • 71400000 - Urban planning and landscape architectural services
  • 71900000 - Laboratory services
  • 71300000 - Engineering services
  • 79410000 - Business and management consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71700000 - Monitoring and control services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKI - London
  • UKL - Wales
  • UKH - East of England
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKK - South West (England)
  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 1 – Complete Services Solution (lot 2 – 20)

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: £27,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 2 - Civil and Structural Engineering

Lot No

2

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKI - London
  • UKL - Wales
  • UKH - East of England
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKK - South West (England)
  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 2 - Civil and Structural Engineering

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: £50,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 3 - Cost Consultants & Quantity Surveyors, Project and Programme Manager, Lead Consultant (covers Employers Agent)

Lot No

3

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 71322100 - Quantity surveying services for civil engineering works
  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKN - Northern Ireland
  • UKK - South West (England)
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKD - North West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Lot 3 Cost Consultants & Quantity Surveyors, Project and Programme Manager, Lead Consultant (covers Employers Agent)

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: £20,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 4 - Site Supervisor / Clerk of Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 71247000 - Supervision of building work
  • 71248000 - Supervision of project and documentation
  • 71521000 - Construction-site supervision services
  • 71520000 - Construction supervision services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKI - London
  • UKL - Wales
  • UKH - East of England
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKK - South West (England)
  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 4 - Site Supervisor / Clerk of Services

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: £5,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 5 - Building Surveying

Lot No

5

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services
  • 71353200 - Dimensional surveying services
  • 71251000 - Architectural and building-surveying services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKI - London
  • UKL - Wales
  • UKH - East of England
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKK - South West (England)
  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 5 - Building Surveying

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: £15,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 6 - Decarbonisation Retrofit for Dwellings – PAS 2035:2019

Lot No

6

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 09331000 - Solar panels
  • 45331210 - Ventilation installation work
  • 45421110 - Installation of door and window frames
  • 45421100 - Installation of doors and windows and related components
  • 45323000 - Sound insulation work
  • 44621220 - Central-heating boilers
  • 42515000 - District heating boiler
  • 44621110 - Central-heating radiators
  • 45232141 - Heating works
  • 42943210 - Immersion thermostats
  • 45262100 - Scaffolding work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 09332000 - Solar installation
  • 44112600 - Sound insulation
  • 44621200 - Boilers
  • 45331110 - Boiler installation work
  • 71321200 - Heating-system design services
  • 45331100 - Central-heating installation work
  • 51000000 - Installation services (except software)
  • 45421130 - Installation of doors and windows
  • 45311100 - Electrical wiring work
  • 44621210 - Water boilers
  • 42511110 - Heat pumps
  • 44621000 - Radiators and boilers
  • 45421112 - Installation of window frames
  • 45321000 - Thermal insulation work
  • 45261410 - Roof insulation work
  • 09300000 - Electricity, heating, solar and nuclear energy

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 6 - Decarbonisation Retrofit for Dwellings – PAS 2035:2019

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: £15,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 7 - Decarbonisation Retrofit for Non-Dwellings – PAS 2038:2021

Lot No

7

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 51000000 - Installation services (except software)
  • 09331000 - Solar panels
  • 45331210 - Ventilation installation work
  • 45232141 - Heating works
  • 45331100 - Central-heating installation work
  • 42515000 - District heating boiler
  • 44621110 - Central-heating radiators
  • 44621220 - Central-heating boilers
  • 45421110 - Installation of door and window frames
  • 45261410 - Roof insulation work
  • 45262100 - Scaffolding work
  • 45331200 - Ventilation and air-conditioning installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 09332000 - Solar installation
  • 44112600 - Sound insulation
  • 42943210 - Immersion thermostats
  • 45331110 - Boiler installation work
  • 71321200 - Heating-system design services
  • 45421130 - Installation of doors and windows
  • 45311100 - Electrical wiring work
  • 44621210 - Water boilers
  • 45321000 - Thermal insulation work
  • 42511110 - Heat pumps
  • 45421112 - Installation of window frames
  • 44621200 - Boilers
  • 44621000 - Radiators and boilers
  • 45421100 - Installation of doors and windows and related components
  • 45323000 - Sound insulation work
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 45315000 - Electrical installation work of heating and other electrical building-equipment

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 7 - Decarbonisation Retrofit for Non-Dwellings – PAS 2038:2021

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: £15,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 8 - Stock Condition Surveys

Lot No

8

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services
  • 71251000 - Architectural and building-surveying services
  • 71353200 - Dimensional surveying services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 8 - Stock Condition Surveys

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: £10,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 9 - Building Services (M and E)

Lot No

9

two.2.2) Additional CPV code(s)

  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71334000 - Mechanical and electrical engineering services
  • 71323100 - Electrical power systems design services
  • 71333000 - Mechanical engineering services
  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 9 - Building Services (M and E)

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: £7,500,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 10 - Architectural Design Services

Lot No

10

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services
  • 71251000 - Architectural and building-surveying services
  • 71250000 - Architectural, engineering and surveying services
  • 71240000 - Architectural, engineering and planning services
  • 71222000 - Architectural services for outdoor areas
  • 71221000 - Architectural services for buildings
  • 71400000 - Urban planning and landscape architectural services
  • 71230000 - Organisation of architectural design contests
  • 71223000 - Architectural services for building extensions
  • 71210000 - Advisory architectural services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 10 - Architectural Design Services

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: £20,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 11 - Landscape Architectural Design Services

Lot No

11

two.2.2) Additional CPV code(s)

  • 71400000 - Urban planning and landscape architectural services
  • 71420000 - Landscape architectural services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 11 - Landscape Architectural Design Services

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: £5,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 12 - Asset / Estate Management

Lot No

12

two.2.2) Additional CPV code(s)

  • 70110000 - Development services of real estate
  • 70111000 - Development of residential real estate
  • 70123000 - Sale of real estate
  • 70300000 - Real estate agency services on a fee or contract basis
  • 70112000 - Development of non-residential real estate
  • 70330000 - Property management services of real estate on a fee or contract basis
  • 70120000 - Buying and selling of real estate

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 12 - Asset / Estate Management

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: £5,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 13 - Sustainability and Environmental Consultancy

Lot No

13

two.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 90713000 - Environmental issues consultancy services
  • 90712000 - Environmental planning
  • 90714000 - Environmental auditing

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 13 - Sustainability and Environmental Consultancy

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: £5,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 14 - Town and Master Planning

Lot No

14

two.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 90712300 - Marine conservation strategy planning
  • 90712500 - Environmental institution building or planning
  • 71356400 - Technical planning services
  • 71400000 - Urban planning and landscape architectural services
  • 90712400 - Natural resources management or conservation strategy planning services
  • 71410000 - Urban planning services
  • 90712200 - Forest conservation strategy planning
  • 90712100 - Urban environmental development planning

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 14 - Town and Master Planning

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: £7,500,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 15 - Heritage

Lot No

15

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71541000 - Construction project management services
  • 71315000 - Building services
  • 71312000 - Structural engineering consultancy services
  • 71324000 - Quantity surveying services
  • 71248000 - Supervision of project and documentation
  • 72224000 - Project management consultancy services
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 15 - Heritage

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: £15,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 16 - Health and Safety Consultant inc. Principal Designer Services

Lot No

16

two.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 16 - Health and Safety Consultant inc. Principal Designer Services

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: £5,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 17 - Strategic Programme Setup and Procurement

Lot No

17

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 79418000 - Procurement consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 17 - Strategic Programme Setup and Procurement

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: £35,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 18 - Project and Programme Recovery Service

Lot No

18

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 18 - Project and Programme Recovery Service

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: £15,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 19 - Leisure Strategy Advice

Lot No

19

two.2.2) Additional CPV code(s)

  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45212200 - Construction work for sports facilities
  • 71530000 - Construction consultancy services
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 19 - Leisure Strategy Advice

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: £25,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 20 - Fire Engineering

Lot No

20

two.2.2) Additional CPV code(s)

  • 71317100 - Fire and explosion protection and control consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 20 - Fire Engineering

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: £7,500,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 21 - Fire Engineering - EWS1 and FRAEW Surveys

Lot No

21

two.2.2) Additional CPV code(s)

  • 71317100 - Fire and explosion protection and control consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 21 - Fire Engineering - EWS1 and FRAEW Surveys

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: £7,500,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 22 - Asbestos Consultancy

Lot No

22

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 22 - Asbestos Consultancy

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: £5,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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 23 - Water Consultancy including Legionella monitoring

Lot No

23

two.2.2) Additional CPV code(s)

  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKK - South West (England)
  • UKH - East of England
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKE - Yorkshire and the Humber
  • UKI - London
  • UKC - North East (England)
  • UKL - Wales
  • UKF - East Midlands (England)
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Lot 23 - Water Consultancy including Legionella monitoring

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: £7,500,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be established for a period of 3 years from April 2024, with the option to extend for a further period of 1 year, at the discretion of the contracting authority and subject to satisfactory performance.

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


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

Envisaged maximum number of participants to the framework agreement: 165

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-011881

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

Date

30 October 2023

Local time

12:00pm

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

English

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

Tender must be valid until: 11 April 2024

four.2.7) Conditions for opening of tenders

Date

30 October 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

Added Value Portal t/a Pagabo, acting on behalf of The Education Alliance, is looking to appoint a number of Consultants to a Framework Agreement to provide a range of Professional Services, across multiple geographical areas. The resulting Framework Agreement will deliver works UK wide (excluding Scotland). The Framework Agreement is divided into twenty three lots, which will cover all bodies in the UK Public Sector. The procurement will involve a single stage process following a Public Contract Regulations 2015 Open Procedure. This Framework Agreement is being advertised and tendered, so it can be utilised by all public sector bodies in the UK, the full list of applicable public sector organisations is available in the Tender synopsis on Pagabo's In- Tend portal -https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1266. The framework shall have the facility for Client Organisations to Direct Award and Further Compete their requirement. Pagabo, on behalf of the Contracting Authority, reserve the right to reallocate the anticipated max lot values during the life of the framework, whilst ensuring that the overall contract notice upper value of £780 000 000 GBP isn’t exceeded.The ITT documents can only be accessed when logged into In-Tend. If you are an existing supplier, please log into the system. If you are a new supplier, please make sure you register your company as an initial step on the in-tend website. Select the tab ‘Tenders’ then select ‘Current’. Search for the reference number on the left- hand side of the page and press enter. The tender advert will now be visible. To view the ITT documents, click 'View Details'. This will take you to a new screen, please click 'Express Interest'. Once in the tender there are 5 tabs; 'Tender', 'ITT -documents', 'Correspondence', 'Clarifications' and 'History'. Select the second tab (ITT docs) where you will find useful information under 'Tender Details'. Continue to scroll down to the heading 'Tender Documents Received' where you will be able to view/download the documents. Opting In and out: please note you are required to 'Opt In' before you can access the 'My Tender Return' to start populating your response. The 'Opt Out' functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring that you no longer wish to receive any further communication in relation to this tender along with the opportunity of providing feedback and comments for this decision. You may amend your decision to ‘Opt In or Out’ at any time during the tender process. This procurement will be evaluated in accordance with the process set out in the bid pack documentation. Pagabo, on behalf of the contracting authority reserves the right to run all stages of the procurement concurrently. Pagabo, on behalf of the contracting authority reserves the right:(i) not to award any framework agreement, as a result of the procurement process, commenced by publication of this notice;(ii) in the event that there is a substantive challenge to the procurement and such challenge is confined to a single lot, Pagabo, on behalf of the contracting authority, reserves the right to the extent that it is lawful to do so to conclude a framework agreement with the successful bidder(s) in respect of the lot(s) that have not been challenged; and(iii) make whatever changes it may see fit to the content and structure of the tendering competition.

six.4) Procedures for review

six.4.1) Review body

High Courts of England and Wales

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As set out in the Public Contracts Regulations 2015