- Scope of the procurement
- Lot 1 – Architectural Services
- Lot 2 – Building Services Engineering
- Lot 3 – Quantity Surveying Services
- Lot 4 – Structural Engineering Services
- Lot 5 – Building Surveying Services
- Lot 6 – Heritage Architectural Services
- Lot 7 – CDM Client Advisor Services
- Lot 8 – Environmental & Engineering Consultancy Services
Section one: Contracting authority
one.1) Name and addresses
Cheshire East Borough Council
Westfields, Middlewich Road
Sandbach
CW11 1HZ
Contact
Mrs Janet Ellison-Jones
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.