Contract

21 084 Construction related Consultancy Services

  • Cheshire East Borough Council

F03: Contract award notice

Notice identifier: 2022/S 000-035713

Procurement identifier (OCID): ocds-h6vhtk-0316bf

Published 16 December 2022, 3:17pm



Section one: Contracting authority

one.1) Name and addresses

Cheshire East Borough Council

Westfields, Middlewich Road

Sandbach

CW11 1HZ

Contact

Mrs Janet Ellison-Jones

Email

janet.ellison-jones@cheshireeast.gov.uk

Telephone

+44 1270686456

Country

United Kingdom

Region code

UKD6 - Cheshire

Internet address(es)

Main address

http://www.cheshireeast.gov.uk/

Buyer's address

http://www.cheshireeast.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

21 084 Construction related Consultancy Services

Reference number

DN586436

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

Cheshire East Borough Borough Council intends to create a consultants Framework for the

provision of construction related professional services. This Framework is to deliver

construction related professional services to all internal departments and any organisation

that Cheshire East Borough Council is associated with, to include its wholly owned

companies, schools, academies, parish/town councils. The overall objective of the

framework is to support the Council to deliver their revenue and capital programmes by;

• Providing professional expertise on construction related projects,

• Providing capacity and skills that allows flexibility where necessary to support existing

Council services

• Providing cost certainty

• Standardise and streamline processes with continuous feedback and performance

improvements with regards to external resource

• Realise efficiencies through knowledge sharing and monitoring & management of

performance in terms of cost and quality

Estimated Value range: Min 1,930,000 to anticipated max 2,910,000, exceptional max 3,500,000 GBP.

The anticipated minimum/maximum values are the value ranges that are expected to be

achieved through the framework. For Public Contract Regulations 2015 (PCR’s) threshold

purposes the maximum value noted will be the “Exceptional Maximum”. This value has been

included to cover unforeseen works but it is not the expected maximum value.

Suppliers can bid for one or more of the above Lots.

The Council intends to offer the top scoring 3 tenders from each Lot (of the ITT responses) a

position on the framework. The majority of the works will be new build construction,

extension, refurbishment and remodelling projects.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,500,000

two.2) Description

two.2.1) Title

Lot 1 – Architectural Services

Lot No

01

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
Main site or place of performance

Cheshire

two.2.4) Description of the procurement

Architectural Services

It is envisaged that the majority of projects will be allocated by direct appointment. At the

Council's discretion projects may also be allocated following a mini competition on either a

lowest price or MEAT basis.

Estimated Value range: 360,000 to 650,000 GBP

The Contracting Authority considers that this contract may be suitable for economic

operators that are small or medium enterprises (SME's). For the avoidance of doubt, the

Contracting Authority points out that no weight will be attached to whether or not an

economic operator is an SME in selecting economic operators to submit tenders or in

assessing the most economically advantageous tender.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or

by the end of the full 4-year extended period Nov 26.

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 – Building Services Engineering

Lot No

02

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
Main site or place of performance

Cheshire

two.2.4) Description of the procurement

Mechanical and Electrical design/consultancy services.

It is envisaged that the majority of projects will be allocated by direct appointment. At the

Council's discretion projects may also be allocated following a mini competition on either a

lowest price or MEAT basis.

Estimated Value range: 220,000 to 410,000 GBP

The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the

Contracting Authority points out that no weight will be attached to whether or not an

economic operator is an SME in selecting economic operators to submit tenders or in

assessing the most economically advantageous tender.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or

by the end of the full 4-year extended period Nov 26.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 3 – Quantity Surveying Services

Lot No

03

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
Main site or place of performance

Cheshire

two.2.4) Description of the procurement

Quantity Surveying Services

It is envisaged that the majority of projects will be allocated by direct appointment. At the

Council's discretion projects may also be allocated following a mini competition on either a

lowest price or MEAT basis.

Estimated Value range: 320,000 to 580,000 GBP

The Contracting Authority considers that this contract may be suitable for economic

operators that are small or medium enterprises (SME's). For the avoidance of doubt, the

Contracting Authority points out that no weight will be attached to whether or not an

economic operator is an SME in selecting economic operators to submit tenders or in

assessing the most economically advantageous tender.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or

by the end of the full 4-year extended period Nov 26.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 4 – Structural Engineering Services

Lot No

04

two.2.2) Additional CPV code(s)

  • 71312000 - Structural engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire

two.2.4) Description of the procurement

Structural Engineering design/Consultancy Services

It is envisaged that the majority of projects will be allocated by direct appointment. At the

Council's discretion projects may also be allocated following a mini competition on either a

lowest price or MEAT basis.

Estimated Value range: 120,000 to 220,000 GBP

The Contracting Authority considers that this contract may be suitable for economic

operators that are small or medium enterprises (SME's). For the avoidance of doubt, the

Contracting Authority points out that no weight will be attached to whether or not an

economic operator is an SME in selecting economic operators to submit tenders or in

assessing the most economically advantageous tender.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or

by the end of the full 4-year extended period Nov 26.

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.2.14) Additional information

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

documents

two.2) Description

two.2.1) Title

Lot 5 – Building Surveying Services

Lot No

05

two.2.2) Additional CPV code(s)

  • 71315000 - Building services
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire

two.2.4) Description of the procurement

Building Surveying design/Consultancy Services

This lot may undertake services on construction projects as well as dilapidation surveys,

party wall surveys, boundary disputes, condition surveys, measured surveys etc. This lot will

also be required to provide Clerk of Works services across the majority of projects, either

themselves or through their supply chain.

It is envisaged that the majority of projects will be allocated by direct appointment. At the

Council's discretion projects may also be allocated following a mini competition on either a

lowest price or MEAT basis.

Estimated Value range: 150,000 to 260,000 GBP

The Contracting Authority considers that this contract may be suitable for economic

operators that are small or medium enterprises (SME's). For the avoidance of doubt, the

Contracting Authority points out that no weight will be attached to whether or not an

economic operator is an SME in selecting economic operators to submit tenders or in

assessing the most economically advantageous tender.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or

by the end of the full 4-year extended period Nov 26.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 6 – Heritage Architectural Services

Lot No

06

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services
  • 71312000 - Structural engineering consultancy services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire

two.2.4) Description of the procurement

Architectural Design/Consultancy Services together with sub-consultant services for

Building Services, Quantity Surveying and Structural Engineering.

This lot may be requested to provide a multi-disciplinary design service. Providers must

therefore be able to deliver the design services detailed in Lots 1, 2 and 4 either themselves

or through their supply chain.

It is envisaged that the majority of projects will be allocated by direct appointment. At the

Council's discretion projects may also be allocated following a mini competition on either a

lowest price or MEAT basis.

Estimated Value range: 360,000 to 650,000 GBP

The Contracting Authority considers that this contract may be suitable for economic

operators that are small or medium enterprises (SME's). For the avoidance of doubt, the

Contracting Authority points out that no weight will be attached to whether or not an

economic operator is an SME in selecting economic operators to submit tenders or in

assessing the most economically advantageous tender.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or

by the end of the full 4-year extended period Nov 26.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 7 – CDM Client Advisor Services

Lot No

07

two.2.2) Additional CPV code(s)

  • 71317210 - Health and safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire

two.2.4) Description of the procurement

CDM Co-ordinator services (or future services as defined by legislation).

It is envisaged that the majority of projects will be allocated by direct appointment. At the

Council's discretion projects may also be allocated following a mini competition on either a

lowest price or MEAT basis.

Estimated Value range: 110,000 to 200,000 GBP

The Contracting Authority considers that this contract may be suitable for economic

operators that are small or medium enterprises (SME's). For the avoidance of doubt, the

Contracting Authority points out that no weight will be attached to whether or not an

economic operator is an SME in selecting economic operators to submit tenders or in

assessing the most economically advantageous tender.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or

by the end of the full 4-year extended period Nov 26.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 8 – Environmental & Engineering Consultancy Services

Lot No

08

two.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services
  • 71351000 - Geological, geophysical and other scientific prospecting services

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire

two.2.4) Description of the procurement

Environmental and Engineering Consultancy Services including Environmental Impact

Assessments, site/ground investigations, ecological surveys, archaeological surveys and

flood risk assessments.

Lot 8 will be involved in traditional construction projects and will also be used as part of

wider development projects. Providers will need to demonstrate competence, either

themselves, or through their supply chain, in undertaking various services including:

Environmental Impact Assessments

• Site/ground investigations

• Ecological surveys

• Habitat surveys

• Archaeological surveys

• Traffic and transport surveys

• Flood risk assessments

• Support in Planning applications

• BREEAM/Low Carbon assessor roles

• Environmental Impact Assessments

It is envisaged that the majority of projects will be allocated by direct appointment. At the

Council's discretion projects may also be allocated following a mini competition on either a

lowest price or MEAT basis.

Estimated Value range: 290,000 to 530,000 GBP

The Contracting Authority considers that this contract may be suitable for economic

operators that are small or medium enterprises (SME's). For the avoidance of doubt, the

Contracting Authority points out that no weight will be attached to whether or not an

economic operator is an SME in selecting economic operators to submit tenders or in

assessing the most economically advantageous tender.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or

by the end of the full 4-year extended period Nov 26.

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.2.14) Additional information

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

documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-004132


Section five. Award of contract

Lot No

01

Title

Lot 1 - Architectural Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 November 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Halliday Meecham Architects Limited

Manchester

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Cunliffes Ltd

Liverpool

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Halsall Lloyd LLP

Liverpool

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £360,000 / Highest offer: £650,000 taken into consideration


Section five. Award of contract

Lot No

02

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 November 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

GLD Technical Consulting Ltd

Manchester

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Waldeck Associates Limited

Manchester

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ECS Consultants Limited

Cheadle

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £220,000 / Highest offer: £410,000 taken into consideration


Section five. Award of contract

Lot No

03

Title

Lot 3 – Quantity Surveying Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 November 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Currie & Brown UK Limited

London

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Gateley Vinden Limited

Birmingham

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
The contractor is an SME

No

five.2.3) Name and address of the contractor

Long O Donnell Associates Limited

Northwich

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £320,000 / Highest offer: £580,000 taken into consideration


Section five. Award of contract

Lot No

04

Title

Lot 4 – Structural Engineering Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 November 2022

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Sutcliffe Projects Ltd

Liverpool

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Wilde Consultants Ltd

Stockport

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Curtins Consulting Limited

Liverpool

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £120,000 / Highest offer: £220,000 taken into consideration


Section five. Award of contract

Lot No

05

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 November 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

David Trowler

Wirral

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Currie & Brown UK Limited

Manchester

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

No

five.2.3) Name and address of the contractor

AHR Building Consultancy Ltd

Manchester

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £150,000 / Highest offer: £260,000 taken into consideration


Section five. Award of contract

Lot No

06

Title

Lot 6 - Heritage Architectural Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 November 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Purcell Architecture Limited

Manchester

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

No

five.2.3) Name and address of the contractor

Buttress Architects Ltd

Manchester

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Halsall Lloyd LLP

Liverpool

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £360,000 / Highest offer: £650,000 taken into consideration


Section five. Award of contract

Lot No

07

Title

Lot 7 - CDM Client Advisor Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 November 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

David Trowler

Wirral

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

AHR Building Consultancy Ltd

Manchester

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

No

five.2.3) Name and address of the contractor

Waldeck Associates Limited

Manchester

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £110,000 / Highest offer: £200,000 taken into consideration


Section five. Award of contract

Lot No

08

Title

Lot 8 - Environmental and Engineering Consultancy Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 November 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

The Environment Partnership (TEP) Limited

Warrington

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

RSK Environment Limited

Helsby

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

No

five.2.3) Name and address of the contractor

Wardell Armstrong LLP

Stoke-On-Trent

Country

United Kingdom

NUTS code
  • UKD - North West (England)
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £290,000 / Highest offer: £530,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87(Standstill Period) and Regulation 91 (Enforcement of duties through the court) of the Public Contract Regulations 2015 (as amended).

Cheshire East Borough Council has incorporated a standstill period at the point information on the award of the contract was communicated to tenderers. That notification has provided full information on the award decision. The standstill period, which was for a minimum of 10 calendar days provided time for unsuccessful tenderers to review and scrutinize the award decision before the contract(s) are entered into.