Tender

Contract 91 - Dynamic Purchasing System for Consultancy 2025-2027

  • North Tyneside Council

F02: Contract notice

Notice identifier: 2024/S 000-031296

Procurement identifier (OCID): ocds-h6vhtk-04a472

Published 1 October 2024, 10:50am



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

Email

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