- Scope of the procurement
- Lot 1. Civil Engineering Services
- Lot 2. Transportation Services
- Lot 3. Multi-Disciplinary Building Services
- Lot 4. Architectural Services
- Lot 5. Quantity Surveying Services
- Lot 6. Structural Engineering Services
- Lot 7. Mechanical and Electrical Engineering Services
- Lot 8. Building Surveying Services
- Lot 9. Project Management/Contract Administration and Site Supervision Services
- Lot 10. Local Authority Forward Planning Services and Development Management
- Lot 11. Coastal Services
- Lot 12. Drainage and Flood Protection Services
Section one: Contracting authority
one.1) Name and addresses
East Riding Of Yorkshire Council
Cross Street
BEVERLEY
HU179BA
Contact
Roy Ibbotson
Country
United Kingdom
Region code
UKE12 - East Riding of Yorkshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com/
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
YORconsult3 Consultants Framework Agreement
Reference number
CM170
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
A Framework Agreement for construction consultancy services to serve public bodies (and their statutory successors) and third sector organisations primarily in the Yorkshire and Humber region, North East of England, Nottinghamshire, Derbyshire and Lincolnshire. As detailed in the procurement documents.
This framework replaces the original YORconsult2 North and East Area Consultants Framework and YORconsult2 South and West Area Consultants Framework. It builds upon their legacy of partnership and collaborative working. The full list of accessing bodies is detailed within VI. The framework agreement is divided into 12 lots relating to the type of services awarded under the framework agreement (see II.2 information about lots).
All documents are available, free of charge, via https://yortender.eu-supply.com/ using reference CM170 (https://yortender.eu-supply.com/).
two.1.5) Estimated total value
Value excluding VAT: £152,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
As set out in the procurement documents.
two.2) Description
two.2.1) Title
Civil Engineering Services
Lot No
1
two.2.2) Additional CPV code(s)
- 45112450 - Excavation work at archaeological sites
- 63712700 - Traffic control services
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71800000 - Consulting services for water-supply and waste consultancy
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
- 90490000 - Sewer survey and sewage treatment consultancy services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services include services for highway works, pedestrianisation, park and ride schemes, traffic safety works, highways environmental improvements, hard landscaping, bridge works, public realm works, signals and lighting services, supervision, and other civil engineering works, including associated drainage (but excluding the main services included in Lots 2, 11 and 12).
Some ancillary services including building services, urban planning, environmental, archaeological services and market / economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £45,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications, it is envisaged that 10 consultants will be appointed to this Lot.
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Transportation Services
Lot No
2
two.2.2) Additional CPV code(s)
- 63712700 - Traffic control services
- 71311200 - Transport systems consultancy services
- 71313400 - Environmental impact assessment for construction
- 71317200 - Health and safety services
- 71319000 - Expert witness services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71335000 - Engineering studies
- 71356000 - Technical services
- 71400000 - Urban planning and landscape architectural services
- 79300000 - Market and economic research; polling and statistics
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services include services for strategic and other studies, transportation modelling and intelligent transport systems; some scheme development work may be included.
Some ancillary services including urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications it is envisaged that 8 consultants will be appointed to this Lot.
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Multi-Disciplinary Building Services
Lot No
3
two.2.2) Additional CPV code(s)
- 45112450 - Excavation work at archaeological sites
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
- 79930000 - Specialty design services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services include a full range of multi-disciplinary building services for building work (including new build, refurbishment and maintenance projects) for: Architecture, Quantity Surveying, Structural Engineering, Mechanical Engineering, Electrical Engineering, Landscape Architecture, Building Surveying, and Project Management, Contract Administration and Site Supervision.
Some ancillary services including civil engineering services, urban planning, environmental, archaeological services and market / economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Renewable Energies Services for new build, refurbishment and maintenance projects and Asbestos Survey Services for buildings; including management surveys and pre demolition/ refurbishment surveys may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £45,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications received, it is envisaged that 10 consultants will be appointed to this lot.
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Architectural Services
Lot No
4
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
- 79930000 - Specialty design services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services involve Architectural Services for building work including new build, refurbishment and maintenance projects. Landscape Architecture services are also included.
Some ancillary services including other Building disciplines, civil engineering services, ground investigations, archaeological services, clerk of work services, urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Asbestos Survey Services for buildings; including management surveys and pre demolition/ refurbishment surveys may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications received, it is envisaged that 8 consultants will be appointed to this lot.
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Quantity Surveying Services
Lot No
5
two.2.2) Additional CPV code(s)
- 71242000 - Project and design preparation, estimation of costs
- 71244000 - Calculation of costs, monitoring of costs
- 71246000 - Determining and listing of quantities in construction
- 71321100 - Construction economics services
- 71322100 - Quantity surveying services for civil engineering works
- 71324000 - Quantity surveying services
- 71356000 - Technical services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services involve Quantity Surveying Services for building work including new build, refurbishment and maintenance projects (including any engineering work involved).
Some ancillary services including other Building disciplines and clerk of work services may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications received, it is envisaged that 8 consultants will be appointed to this lot.
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Structural Engineering Services
Lot No
6
two.2.2) Additional CPV code(s)
- 71312000 - Structural engineering consultancy services
- 71325000 - Foundation-design services
- 71327000 - Load-bearing structure design services
- 71328000 - Verification of load-bearing structure design services
- 71335000 - Engineering studies
- 71336000 - Engineering support services
- 71351500 - Ground investigation services
- 71356000 - Technical services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services involve Structural Engineering Services for building work including new build, refurbishment, maintenance projects and Building Regulations checking.
Some ancillary services including other Building disciplines, clerk of work services and ground investigations may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications received, it is envisaged that 8 consultants will be appointed to this lot.
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Mechanical and Electrical Engineering Services
Lot No
7
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
- 71315410 - Inspection of ventilation system
- 71318100 - Artificial and natural lighting engineering services for buildings
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
- 71335000 - Engineering studies
- 71336000 - Engineering support services
- 71356000 - Technical services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services involve: Mechanical & Electrical Engineering Services for building work including new build, refurbishment and maintenance projects.
Some ancillary services including other Building disciplines, clerk of work services and Renewable Energies Services for new build, refurbishment and maintenance projects. Asbestos Survey Services for buildings; including management surveys and pre-demolition/ refurbishment surveys may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications received, it is envisaged that 8 consultants will be appointed to this lot.
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Building Surveying Services
Lot No
8
two.2.2) Additional CPV code(s)
- 71300000 - Engineering services
- 71410000 - Urban planning services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services involve Building Surveying Services for building work including new build, refurbishment and maintenance projects.
Some ancillary services including other Building disciplines, civil engineering services, ground investigations, archaeological services, clerk of works, urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Renewable Energies Services for new build, refurbishment and maintenance projects and Asbestos Survey Services for buildings; including management surveys and pre demolition/ refurbishment surveys may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications received, it is envisaged that 8 consultants will be appointed to this lot.
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Project Management/Contract Administration and Site Supervision Services
Lot No
9
two.2.2) Additional CPV code(s)
- 71356000 - Technical services
- 71520000 - Construction supervision services
- 71540000 - Construction management services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main Services involve Project Management, Contract Administration and Site Supervision Services for building work including new build, refurbishment and maintenance projects.
Some ancillary services: including other Building disciplines and Clerk of Works services may also be included.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications received, it is envisaged that 8 consultants will be appointed to this lot.
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Local Authority Forward Planning Services and Development Management
Lot No
10
two.2.2) Additional CPV code(s)
- 71313000 - Environmental engineering consultancy services
- 71356000 - Technical services
- 71410000 - Urban planning services
- 79300000 - Market and economic research; polling and statistics
- 90710000 - Environmental management
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main Services involve Local Authority Forward Planning Services and Development Management Services including for local development frameworks, sub-regional planning documents, supplementary planning documents, local plans, neighbourhood planning, development briefs, master planning, regeneration studies and studies to inform the Forward Planning and Development Management function, development management professional services, public inquires and specialist advice.
Some ancillary services including market/economic/environmental research services may also be included.
The coverage for both the main services and ancillary services includes for studies and surveys associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications received, it is envisaged that 8 consultants will be appointed to this lot.
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Coastal Services
Lot No
11
two.2.2) Additional CPV code(s)
- 45112450 - Excavation work at archaeological sites
- 71200000 - Architectural and related services
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE1 - East Yorkshire and Northern Lincolnshire
- UKE2 - North Yorkshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services include services for coastal management, coastal strategies, coastal protection works from inception to completion and coastal monitoring including collection and interpretation of data.
Some ancillary services including building services, urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys, archaeological services and other environmental services.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications received, it is envisaged that 8 consultants will be appointed to this lot.
Some projects may receive financial contributions from European Union Funds.
two.2) Description
two.2.1) Title
Drainage and Flood Protection Services
Lot No
12
two.2.2) Additional CPV code(s)
- 45112450 - Excavation work at archaeological sites
- 71300000 - Engineering services
- 71400000 - Urban planning and landscape architectural services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
- 71800000 - Consulting services for water-supply and waste consultancy
- 71900000 - Laboratory services
- 79300000 - Market and economic research; polling and statistics
- 90490000 - Sewer survey and sewage treatment consultancy services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKF1 - Derbyshire and Nottinghamshire
- UKF3 - Lincolnshire
Main site or place of performance
East Yorkshire UKE1
Lincolnshire UKF3
North East England UKC
North Yorkshire UKE2
South Yorkshire UKE3
West Yorkshire UKE4
Yorkshire and the Humber UKE
Derbyshire and Nottinghamshire UKF1 are included for education requirements only.
Further details are in the Framework procurement documents.
two.2.4) Description of the procurement
Main services include services for flood risk mitigation, design and engineering of flood resilience solutions, integrated catchment modelling (including studies), urban drainage and land drainage works and supervision (but excluding the main services included in Lots 1 and 11).
Some ancillary services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys, archaeological services and other environmental services.
The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £29,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire.
Further details are set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).
two.2.14) Additional information
Subject to the technical and financial capability and capacity of applications received, it is envisaged that 8 consultants will be appointed to this lot.
Some projects may receive financial contributions from European Union Funds.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
To discharge its statutory duties, the council must use staff that have the relevant professional qualifications, experience and competence.
three.2.2) Contract performance conditions
Warranties, bonds and/or parent company guarantees or similar may be required. Collateral Warranties may be required. As set out in the framework tender documentation.
Services will generally be funded through public funds and grants. As set out in the framework tender documentation.
In the event of a group bid each company or firm in the bid will be jointly and severally responsible for the due performance of the contract. Detailed requirements are set out in the framework tender documentation.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 100
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Refer to II.2.11.
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
12 January 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 11 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 January 2024
Local time
1:00pm
Place
County Hall
Beverley
HU17 9BA
Information about authorised persons and opening procedure
Authorised officers of the contracting authority.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Tender documentation is available only through the YORtender system at https://yortender.eu-supply.com/.
Please follow the link to register interest using the project reference no. CM170. All queries/communications must be made via the YORtender messaging function within project reference no. CM170.
Public sector organisations that may access this framework subject to approval of the contracting authority include (but are not limited to):
- Local Authorities in Yorkshire and Humber, the North East (England), Lincolnshire, Nottinghamshire, Derbyshire and Sheffield Local Enterprise Partnership region (i.e. a local authority as defined in Regulation 1 and 84(1) of the Local Government Act 2000, Local Authorities include all County, City, District and Borough Councils, Unitary Authorities, Parish and Town Councils. A list of all local authorities is available at www.gov.uk/find-local-council .
- Central Government Departments, no-departmental government bodies and Agencies www.gov.uk/government/organisations
- Combined Authorities (as defined in Local Democracy, Economic Development and Construction Act 2009);
- Educational establishments (e.g. schools, school governing bodies; voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities; academies; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, University Technical Colleges, University Purchasing Consortium, further education establishments; higher education establishments and other educational establishments).
www.neupc.ac.uk/who-are-our-members
www.schoolswebdirectory.co.uk/
www.gov.uk/school-performance-tables
- National Park Authorities
- Internal Drainage Boards
http://www.ada.org.uk/idb_members_map.html
- Registered Social Landlords (Housing Associations).
www.gov.uk/government/publications/current-registered-providers-of-social-housing
- Police Forces
www.police.uk/?view=force_sites
- Fire and Rescue Services
www.fireservice.co.uk/information/ukfrs
- Ambulance Services
- NHS Bodies England:
https://www.england.nhs.uk/publication/nhs-provider-directory/
https://www.nhs.uk/Service-Search/other-services/AreaTeam/LocationSearch/1839
- Hospices in the UK:
https://www.hospiceuk.org/about-hospice-care/find-a-hospice
- Third Sector and Charities in the United Kingdom:
www.gov.uk/government/organisations/charity-commission
- Citizens Advice:
https://www.citizensadvice.org.uk/about-us/
- Projects commissioned by Local Enterprise Partnerships (LEP's);
- Also permitted to access the framework are locally delivered Public Service providers e.g. General Practitioners' Surgeries.
www.nhs.uk/service-search/find-a-gp
- The option is reserved for the framework to be used by projects funded by Section 106 and/or community infrastructure levy.
- Passenger Transport Executives:
https://www.urbantransportgroup.org/members
- Humber Bridge Board:
http://www.humberbridge.co.uk/
- Canal and River Trusts:
www.canalrivertrust.org.uk/about-us/our-regions/north-east-waterways
- social enterprises within culture and leisure:
https://www.sportandrecreation.org.uk/members/member-directory
- Trusts, Charities, Social Enterprises, Mutuals, and Community Interest Companies: (i.e. organisations that have been established by the public bodies within the scope of this advertisement and/or where the contracting public bodies are trustees or partners of the Trusts, Social Enterprises, Mutuals and Community Interest Companies or any similar organisation).
Other additional Public Bodies operating in this Region but not specifically referred to may also use this Framework. It further includes successors to those organisations already identified and their subsidiaries. It is intended that the framework will deliver a significant proportion of the general civil engineering and related works of these public sector bodies. However, these public sector bodies do not guarantee to award a minimum value or indeed any value of services under the proposed arrangement.
All financial values stated in this notice do not include VAT.
six.4) Procedures for review
six.4.1) Review body
East Riding of Yorkshire Council
County Hall
Beverley
HU17 9BA
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
East Riding of Yorkshire Council will incorporate a standstill period at the point information on the award of the framework is communicated to tenderers. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the framework is entered into. The Public Contracts Regulations 2015 provide for an economic operator who suffers or risks suffering loss or damage by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).