Tender

SC220177 - Construction Consultancy Services Framework

  • Kent County Council

F02: Contract notice

Notice identifier: 2022/S 000-029608

Procurement identifier (OCID): ocds-h6vhtk-03776b

Published 20 October 2022, 1:57pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

Sessions House

Maidstone

ME14 1XQ

Contact

Mr Lyndon Smith

Email

lyndon.smith@kent.gov.uk

Country

United Kingdom

Region code

UKJ4 - Kent

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

http://www.kent.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=ade0bc97-4d33-ed11-8119-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.kentbusinessportal.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SC220177 - Construction Consultancy Services Framework

Reference number

DN623906

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Suppliers should “register their interest” in this opportunity https://www.kentbusinessportal.org.uk. Once registered you will automatically gain access to the SQ and supporting documentation which needs to be completed and submitted by 9th December 2022 at 12:00 midday

Kent County Council is looking to procure Construction Consultancy Services under the NEC4 Framework incorporating Professional Short Services Contract (PSSC) and on occasion the Professional Services Contract (PSC) to support the Major Capital Programme Team (MCPT) with construction projects.

The required consultancy services will be lotted into the following disciplines and roles:

Lot 1 - Multi-discipline (client delegated duties)

Client delegated duties as required by the Client and under the NEC Engineering and Construction Short Contract (ECSC) when issued to a Contractor for minor projects, including the roles of quantity surveyor, planner, clerk of works and Principal Designer.

Lot 2 – Project Manager (including client delegated Quantity Surveying duties)

Lot 3 – Supervisor

All Supervisor duties as required under the NEC Engineering and Construction Contract (ECC), when issued to a Contractor for major projects

Lot 4 – Technical Advisor

Providing the ‘critical friend’ role in respect of design to the Client as required:-

Lot 5 - Construction Design Management Advisor

CDM Advisor when a contract is issued to a Contractor under the NEC Engineering and Construction Short Contract (ECSC).

The framework will operate for up to four years (with an optional up to 1+1-year extension) with no guarantee of any works being awarded. This framework will support the Infrastructure Property Building programme (Major and Minor projects). Projects are proposed to be awarded on the basis of rotation (subject to satisfactory performance), with the opportunity to run a mini-competition process through the framework, should it be required. This is at the discretion of the Client. The primary objective of the Client is to create collaborative relationships while increasing flexibility and agility when commissioning new projects. Work will only be awarded should a successful candidate be meeting its Key Performance Indicators and demonstrate value for money for each scheme. The fee structure will be confirmed in the ITT but is likely to be fee percentages broken down across the RIBA work stages with different fee tables for different project types and values There will also be hourly rates for ad hoc services and compensation events The range of construction projects that consultancy services under this framework will support could be a combination of:- - New builds - Extension/refurbishments - Single stage / two stage - Minor works including Net Zero Schemes (under £1M) - Major works (over £1M no maximum) The anticipated construction spend (to which these consultancy services will be required under this Framework) has been set out in Section 3.9 of the Positioning Statement to provide prospective candidates an indication of consultancy spend values expected through this framework.

Projects will be dependent on available budgets and there is no guarantee of volumes under this framework. The framework is being procured by the Authority for its own use. However other public sector bodies have entitlement to procure works through this framework. Other public sector bodies typically but not limited to Kent Districts and other Kent Partners.

two.1.5) Estimated total value

Value excluding VAT: £119,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Candidates will be permitted to bid for as many lots as they wish but if they are successful and awarded onto Lot 1 – Multi-Discipline they will not be awarded any other Lots on the Framework.

If a candidate is successful for any of lots 2,3,4,5 they will be able to be awarded more than 1 lot however there is no guarantee that they will be appointed for more than one discipline (Lot) on a project-by-project basis and consideration to role allocation will be given on a project-by-project basis.

two.2) Description

two.2.1) Title

Lot 1 - Multi-discipline (client delegated duties)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71315100 - Building-fabric consultancy services
  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Client delegated duties as required by the Client and under the NEC Engineering and Construction Short Contract (ECSC) when issued to a Contractor for minor projects, including the roles of quantity surveyor, planner, clerk of works and Principal Designer.

This lot will include:-

a. Multi-discipline (client delegated duties) – INCLUDING the role of the quantity surveyor

b. Multi-discipline (client delegated duties) – EXCLUDING the role of the quantity surveyor

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The framework will operate for up to six years with no guarantee of any works being awarded.

Justification for any duration exceeding 4 years is that the Client recognises the vast investment in infrastructure and resources required to operate this framework within the county of Kent.

An initial term of 48 months will only be extended by 24 months (72 months in total) on successful delivery of the Key Performance Indicators and in accordance with the terms and conditions of the agreement.

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 – Project Manager (including client delegated Quantity Surveying duties)

Lot No

2

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

a. Project Manager

All Project Manager duties as required under the NEC Engineering and Construction Contract (ECC) when issued to a Contractor for major projects

b. Client Delegated QS Duties

Client delegated quantity surveyor duties:-

• for minor projects, where the quantity surveyor is not required under the Multi-Disciplinary lot 1

• where the Client is appointed as Project Manager under the NEC Engineering and Construction Contract (ECC) and the ECC is issued to a Contractor for major projects

• under the NEC Professional Services Short Contract (PSSC), when issued to a Contractor for early contractor involvement

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The framework will operate for up to six years with no guarantee of any works being awarded.

Justification for any duration exceeding 4 years is that the Client recognises the vast investment in infrastructure and resources required to operate this framework within the county of Kent.

An initial term of 48 months will only be extended by 24 months (72 months in total) on successful delivery of the Key Performance Indicators and in accordance with the terms and conditions of the agreement.

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 - Supervisor

Lot No

3

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

All Supervisor duties as required under the NEC Engineering and Construction Contract (ECC), when issued to a Contractor for major projects

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The framework will operate for up to six years with no guarantee of any works being awarded.

Justification for any duration exceeding 4 years is that the Client recognises the vast investment in infrastructure and resources required to operate this framework within the county of Kent.

An initial term of 48 months will only be extended by 24 months (72 months in total) on successful delivery of the Key Performance Indicators and in accordance with the terms and conditions of the agreement.

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 - Technical Advisor

Lot No

4

two.2.2) Additional CPV code(s)

  • 71315100 - Building-fabric consultancy services
  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services
  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Providing the ‘critical friend’ role in respect of design to the Client as required:-

• when a contract is issued for minor projects to a Contractor under the NEC Engineering and Construction Short Contract (ECSC)

• for early contractor involvement under the NEC Professional Services Short Contract (PSSC)

• for major projects under the NEC Engineering and Construction Contract (ECC)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The framework will operate for up to six years with no guarantee of any works being awarded.

Justification for any duration exceeding 4 years is that the Client recognises the vast investment in infrastructure and resources required to operate this framework within the county of Kent.

An initial term of 48 months will only be extended by 24 months (72 months in total) on successful delivery of the Key Performance Indicators and in accordance with the terms and conditions of the agreement.

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 - Construction Design Management Advisor

Lot No

5

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

CDM Advisor when a contract is issued to a Contractor under the NEC Engineering and Construction Short Contract (ECSC):-

• for minor projects, only if notifiable

• under the NEC Engineering and Construction Contract (ECC) for major projects

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

Competitive procedure with negotiation

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: 15

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

An initial term of 48 months will only be extended by 24 months (72 months in total) on successful delivery of the Key Performance Indicators and in accordance with the terms and conditions of the agreement.

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

9 December 2022

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Estimated timing for further notices to be published.. if the framework is not extended after 4 years further notices would be published broadly October 2026.

If the framework is expended by one year it will be October 2026, and if extended by 2 years it will be October 2027.

six.4) Procedures for review

six.4.1) Review body

Kent County Council

Maidstone

Country

United Kingdom