- Scope of the procurement
- Lot 1 – Complete Services Solution (lot 2 – 20)
- Lot 2 - Civil and Structural Engineering
- Lot 3 - Cost Consultants & Quantity Surveyors, Project and Programme Manager, Lead Consultant (covers Employers Agent)
- Lot 4 - Site Supervisor / Clerk of Services
- Lot 5 - Building Surveying
- Lot 6 - Decarbonisation Retrofit for Dwellings – PAS 2035:2019
- Lot 7 - Decarbonisation Retrofit for Non-Dwellings – PAS 2038:2021
- Lot 8 - Stock Condition Surveys
- Lot 9 - Building Services (M and E)
- Lot 10 - Architectural Design Services
- Lot 11 - Landscape Architectural Design Services
- Lot 12 - Asset / Estate Management
- Lot 13 - Sustainability and Environmental Consultancy
- Lot 14 - Town and Master Planning
- Lot 15 - Heritage
- Lot 16 - Health and Safety Consultant inc. Principal Designer Services
- Lot 17 - Strategic Programme Setup and Procurement
- Lot 18 - Project and Programme Recovery Service
- Lot 19 - Leisure Strategy Advice
- Lot 20 - Fire Engineering
- Lot 21 - Fire Engineering - EWS1 and FRAEW Surveys
- Lot 22 - Asbestos Consultancy
- Lot 23 - Water Consultancy including Legionella monitoring
Section one: Contracting authority
one.1) Name and addresses
The Education Alliance
East Dale Road
Melton
HU14 3HS
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