- Scope of the procurement
- Lot 1 – Heritage & Conservation Architecture
- Lot 2 – Tree Survey
- Lot 3. Energy Assessment
- Lot 4. Landscape Design - Chartered Member of the Landscape Institute
- Lot 5. Topographical / Measured Survey
- Lot 6. Ecology Survey & Biodiversity Net Gain (BNG) - CIEEM – Chartered Institute of Ecology and Environmental Management
- Lot 7. Geo Environmental / Site Investigation / CMRA
- Lot 8. Drone Inspection
- Lot 9. Lighting Assessment
- Lot 10. Archaeological Services
- Lot 11. Utility Management
- Lot 12. Noise Assessment & Acoustic Design Services
- Lot 13. 3D visualisation
- Lot 14. Damp proofing surveys
- Lot 15. Fire integrity service
- Lot 16. Flood Risk Assessment (FRA)
- Lot 17. Civil and Structural Design Services
Section one: Contracting authority
one.1) Name and addresses
North Tyneside Council
Quadrant, Cobalt Business Park, The Silverlink North
North Tyneside
NE27 0BY
Contact
Mrs Christine Bordoli
christine.bordoli@northtyneside.gov.uk
Telephone
+44 7583007237
Country
United Kingdom
Region code
UKC22 - Tyneside
Internet address(es)
Main address
http://www.northtyneside.gov.uk/
Buyer's address
http://www.northtyneside.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/Opportunities/Index?p=1c9e782c-541e-e611-8114-000c29c9ba21&v=1
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Opportunities/Index?p=1c9e782c-541e-e611-8114-000c29c9ba21&v=1
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
Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027
Reference number
DN745280
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
The Authority is establishing a DYNAMIC PURCHASING SYSTEM (DPS) for the supply of Consultancy Services for Construction (Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027)
The DPS has an initial duration of 2 years with options to extend for up to a further 2 x 12 months at the sole discretion of the Authority and is anticipated to commence Jan 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
Full details are provided in the DPS documentation which is divided into the following Lots which are very high level which allows any work under the Title/ basic description to be issued as mini competition in that Lot. Further information can be found in the documents,although the information is very high level. Accreditation(s) where required, are pass or fail at the sole discretion of the Authority, are listed below each Lot
Lot 1 – Heritage & Conservation Architecture - RIBA Conservation Architect, RIBA Specialist Conservation Architect or AABC Architect Accredited in Building Conservation
Lot 2 – Tree Survey - ISA – International Society of Arboriculture
Lot 3 – Energy Assessment - BREEAM certified / CIBSE – Chartered Institute of Building Services Engineers
Lot 4 – Landscape Design - Chartered Member of the Landscape Institute
Lot 5 – Topographical / Measured Survey / Utility Survey - PUMA and / or Chartered Institution of Civil Engineering Surveyors
Lot 6 – Ecology Survey & Biodiversity Net Gain (BNG) - CIEEM – Chartered Institute of Ecology and Environmental Management
Lot 7 – Geo Environmental / Site Investigation / CMRA - CEng – Chartered Engineer / ICE – Institute of Civil Engineers, ISE – Institute of Structural Engineers or IHE – Institute of Highways Engineers
Lot 8 – Drone Inspection - Licensed professional
Lot 9 – Lighting Assessment - SLL – Society of Light and Lighting
Lot 10 – Archaeological Services - MCIfA – Member of Chartered Institute for Archaeologists
Lot 11 – Utility Management - CEng – Chartered Engineer / ICE – Institute of Civil Engineers or ISE – Institute of Structural Engineers or IHE – Institute of Highways Engineers or NRSWA (contractors)
Lot 12 – Noise Assessment & Acoustic Design Services - IOA – Institute of Acoustics
Lot 13 – 3D visualisation
Lot 14 – Damp proofing surveys - CSRT - Certified Surveyor in Remedial Treatment, CSSW - Certified Surveyor in Structural Waterproofing or CSTDB - Certificated Surveyor of Timber and Dampness in buildings
Lot 15 – Fire integrity service - IFE – Institution of Fire Safety Engineers
Lot 16 – Flood Risk Assessment (FRA) - CIWEM – Chartered Institute of Water and Environmental Management
Lot 17 – Civil and Structural Design Services - ICE - Institute of Civil Engineers
Further information relating to the operation of the DPS and the Authority Requirements are available in the Tender pack which can be downloaded immediately on registering an interest in this opportunity. Interested Suppliers must access the Tender documents for further information, which are available to download immediately in the NEPO Portal after registering an interest via the link below. Unregistered Suppliers will be re-directed to a registration page, registration is free via the link provided: https://procontract.due-north.com and searching via opportunities or looking at our current Tenders via:
North Tyneside Tendering Opportunities or https://my.northtyneside.gov.uk/category/606/tender-and-contract-opportunities
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 – Heritage & Conservation Architecture
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 1 – Heritage & Conservation Architecture - RIBA Conservation Architect, RIBA Specialist Conservation Architect or AABC Architect Accredited in Building Conservation
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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 – Tree Survey
Lot No
2
two.2.2) Additional CPV code(s)
- 77200000 - Forestry services
- 77211600 - Tree seeding
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 2 – Tree Survey - ISA – International Society of Arboriculture
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Energy Assessment
Lot No
3
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 3 – Energy Assessment - BREEAM certified / CIBSE – Chartered Institute of Building Services Engineers
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Landscape Design - Chartered Member of the Landscape Institute
Lot No
4
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 4 – Landscape Design - Chartered Member of the Landscape Institute
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Topographical / Measured Survey
Lot No
5
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 5 – Topographical / Measured Survey / Utility Survey - PUMA and / or Chartered Institution of Civil Engineering Surveyors
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Ecology Survey & Biodiversity Net Gain (BNG) - CIEEM – Chartered Institute of Ecology and Environmental Management
Lot No
6
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 6 – Ecology Survey & Biodiversity Net Gain (BNG) - CIEEM – Chartered Institute of Ecology and Environmental Management
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Geo Environmental / Site Investigation / CMRA
Lot No
7
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 7 – Geo Environmental / Site Investigation / CMRA - CEng – Chartered Engineer / ICE – Institute of Civil Engineers, ISE – Institute of Structural Engineers or IHE – Institute of Highways Engineers
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Drone Inspection
Lot No
8
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 73000000 - Research and development services and related consultancy services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 8 – Drone Inspection - Licensed professional
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Lighting Assessment
Lot No
9
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 9 – Lighting Assessment - SLL – Society of Light and Lighting
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Archaeological Services
Lot No
10
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 10 – Archaeological Services - MCIfA – Member of Chartered Institute for Archaeologists
Further information relating to the operation of the DPS and the Authority Requirements are
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Utility Management
Lot No
11
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 11 – Utility Management - CEng – Chartered Engineer / ICE – Institute of Civil Engineers or ISE – Institute of Structural Engineers or IHE – Institute of Highways Engineers or NRSWA (contractors)
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Noise Assessment & Acoustic Design Services
Lot No
12
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 12 – Noise Assessment & Acoustic Design Services - IOA – Institute of Acoustics
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
3D visualisation
Lot No
13
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 13 - 3D visualisation
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Damp proofing surveys
Lot No
14
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 14 – Damp proofing surveys - CSRT - Certified Surveyor in Remedial Treatment, CSSW - Certified Surveyor in Structural Waterproofing or CSTDB - Certificated Surveyor of Timber and Dampness in buildings
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Fire integrity service
Lot No
15
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 15 – Fire integrity service - IFE – Institution of Fire Safety Engineers
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Flood Risk Assessment (FRA)
Lot No
16
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 16 – Flood Risk Assessment (FRA) - CIWEM – Chartered Institute of Water and Environmental Management
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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
Civil and Structural Design Services
Lot No
17
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The DPS has an initial duration of two years with options to extend for up to a further two x twelve months at the sole discretion of the Authority and is anticipated to commence January 2025.
Stage 1 - Compliance checking application stage and this does not any pricing. Interested suppliers simply complete the Questionnaire (application form) along with providing ALL the evidence as stated in the documents.
Stage 2 - 'Mini Competition' stage, is the request for pricing stage which when a need is identified in a Lot a request is issued to all suppliers successful to the relevant Lot via the NEPO Portal to submit a quote.
The DPS is divided into Lots which are very high level and the requirement will be specified by the Authority at Stage 2 ‘Mini Competition’. This Lot is:
Lot 17 – Civil and Structural Design Services - ICE - Institute of Civil Engineers
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
48
This contract is subject to renewal
Yes
Description of renewals
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with the Authority Requirements for the Framework.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
6 November 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 November 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Contract Duration
The initial contract is for 24 months with two options to extend for up to a further 12 months each after which renewals will be undertaken in accordance with the Authority's contract Standing Orders and at the sole discretion of the Authority and in line with thes
six.4) Procedures for review
six.4.1) Review body
High Court of Justice Technology and Construction Court
Court 7
Rolls Building London
EC4A 1 NL
Telephone
+44 2079477156
Country
United Kingdom