Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

SCF Consult 2

  • First published: 13 April 2024
  • Last modified: 13 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042bcf
Published by:
Hampshire County Council
Authority ID:
AA71757
Publication date:
13 April 2024
Deadline date:
24 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Hampshire County Council (HCC) and Devon County Council (DCC) seek suitably experienced and qualified construction/property consultants to tender for this SCF Consult 2 Framework.

The SCF Consult framework provides all project, property, and asset consultancy services to public sector across the SCF geography (as defined in the ITT) and is available to all public sector bodies.

SCF Consult is designed to complement the established SCF Integrated Team approach to delivering Two Stage Open Book (2SOB) projects, and also to enable public authorities to gain access to high quality professional property and asset consultancy services, in a consistent manner.

The framework is intended to deliver every type of construction, property, estates and strategic property support, including but not limited to the below:

• Asset Strategy and Estates Management

• Place Making, Planning & Development

• Valuation, Land Acquisition and Disposals

• Commercial And Cost Management

• Programme And Project Management

• Design And Delivery of Programmes and Projects

• Technical Standards, Assurance and Risk

• Repairs And Maintenance

• Operational Facilities Management

Appointment to the Framework does not guarantee any specific volume of work nor are any minimum volume guarantees offered, services are expected to be delivered across the SCF's regional area and throughout the value bands.

Whilst pure civil engineering projects are not a key objective of this framework civil engineering disciplines can be delivered as part of a multi-disciplinary appointment.

The framework is arranged into three lots to provide maximum flexibility to contracting authorities.

All lots on the framework cover the entire geography of the framework, and every size of commission. Consultants are expected to service the entire geography of the framework and support commissions of any size, from small high-level strategic advice commissions to long term developments, strategic partnerships, and programme delivery. It is the expectation that there will be a need for longer term co-located resources as well as shorter term resources and services provided on a more ad-hoc basis. Requirements could include co-located leaders or individuals integrated into client teams (including client in-house staff) or whole programme/project teams of individuals working remotely or coming to client offices as needed.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO23 8UJ

UK

Contact person: Angela Timlin

E-mail: procurement.support@hants.gov.uk

NUTS: UKJ36

Internet address(es)

Main address: https://www.hants.gov.uk

Address of the buyer profile: https://in-tendhost.co.uk/hampshire

I.1) Name and addresses

DEVON COUNTY COUNCIL

County Hall, Topsham Road

Exeter

EX2 4QD

UK

Contact person: Angela Timlin

E-mail: procurement.support@hants.gov.uk

NUTS: UKK43

Internet address(es)

Main address: www.devon.gov.uk

Address of the buyer profile: https://in-tendhost.co.uk/hampshire

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/hampshire


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/hampshire


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

SCF Consult 2

Reference number: CC22082

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Hampshire County Council (HCC) and Devon County Council (DCC) seek suitably experienced and qualified construction/property consultants to tender for this SCF Consult 2 Framework.

The SCF Consult framework provides all project, property, and asset consultancy services to public sector across the SCF geography (as defined in the ITT) and is available to all public sector bodies.

SCF Consult is designed to complement the established SCF Integrated Team approach to delivering Two Stage Open Book (2SOB) projects, and also to enable public authorities to gain access to high quality professional property and asset consultancy services, in a consistent manner.

The framework is intended to deliver every type of construction, property, estates and strategic property support, including but not limited to the below:

• Asset Strategy and Estates Management

• Place Making, Planning & Development

• Valuation, Land Acquisition and Disposals

• Commercial And Cost Management

• Programme And Project Management

• Design And Delivery of Programmes and Projects

• Technical Standards, Assurance and Risk

• Repairs And Maintenance

• Operational Facilities Management

Appointment to the Framework does not guarantee any specific volume of work nor are any minimum volume guarantees offered, services are expected to be delivered across the SCF's regional area and throughout the value bands.

Whilst pure civil engineering projects are not a key objective of this framework civil engineering disciplines can be delivered as part of a multi-disciplinary appointment.

The framework is arranged into three lots to provide maximum flexibility to contracting authorities.

All lots on the framework cover the entire geography of the framework, and every size of commission. Consultants are expected to service the entire geography of the framework and support commissions of any size, from small high-level strategic advice commissions to long term developments, strategic partnerships, and programme delivery. It is the expectation that there will be a need for longer term co-located resources as well as shorter term resources and services provided on a more ad-hoc basis. Requirements could include co-located leaders or individuals integrated into client teams (including client in-house staff) or whole programme/project teams of individuals working remotely or coming to client offices as needed.

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

i. Lot 1 - Full Multi-disciplinary Design (FMD) will be offered to the top 2 scoring/ranked tenderers. ii. Lot 2 - Cost, Project and Programme Management (CPPM) will be offered to one of the top 2 scoring/ranked tenderers who has achieved the highest score for Stage 2 Question 5.iii. Lot 3 - Design, Engineering and Surveying, and Strategy (DESS) will be offered to one of the top 2 scoring/ranked tenderers who has achieved the highest score for Stage 2 Question 6.iv.Or in the event of a tie break situation as detailed in the Invitation to Tender.

II.2) Description

Lot No: 1

II.2.1) Title

Full Multi-Disciplinary Consultancy

II.2.2) Additional CPV code(s)

70000000

71000000

II.2.3) Place of performance

NUTS code:

UKG11

UKH2

UKH3

UKI

UKJ

UKK


Main site or place of performance:

The regions of London, South East (England), parts of East of England and a part of West Midlands; and South West (England) .

In the districts and boroughs of London; Inner London - West, Inner London - East, Outer London - East and North East, Outer London - South, Outer London - West and North West.

In the counties and authorities of South East England, to include Berkshire, Buckinghamshire, Oxfordshire, Surrey, East and West Sussex, Hampshire, Isle of Wight and Kent; in the of East of England, counties and authorities of Bedfordshire and Hertfordshire and Essex; and in the West Midlands, the counties and authorities of Herefordshire.

In the South West to include the counties and authorities of Cornwall, Plymouth, Devon, Torbay, Somerset, Wiltshire, Dorset, Swindon, Gloucestershire, South Gloucestershire, Bristol, Bath, NE Somerset, N Somerset, Bournemouth and Poole.

II.2.4) Description of the procurement

Two suppliers will be awarded a place on this lot, intended to offer the full range of services available on the framework via a mini-competition route, but also with access via direct award where there is a best value business case for the public sector organisation.

Services include but are not limited to the below:

Strategic Services

Planning Urban Design and master planning including:

o Planning negotiations and condition agreements incl S106

o Developing design codes and site strategies

o Site promotion and Local Plan advocacy (incl EiP attendance) Landscape strategy

Development Consultancy and Advice including:

o Development delivery mechanisms

o Development appraisals, valuations and financial viability

o Negotiation of development and planning agreements

Acquisition and disposal advice including marketing and sales negotiations.

Asset Strategy including:

o Development of property strategies, asset management plans and policies

o Asset investment planning, business case development and decision support

o Identification and analysis of underperforming assets, including utilisation surveys, occupancy and storage audits and asset 'Health Checks'

Estates Management Services

Support for all asset and estates management activities.

Multi-disciplinary Design

Architectural design

Interior design & workplace space planning

Landscape architecture

Structural engineering

Mechanical & Electrical engineering

Climate Change and Sustainability, renewable energy, BREEAM or other standards.

BIM modelling

Plan for Use (Soft-landings)

H&S, CDM

CDM services and H&S advice

Multi-disciplinary Project and Programme Management

Framework Management

Supply Chain Management

Programme Management

Project Management

Planner (Programmer)

Cost Management

Cost Management and Quantity Surveying including:

o Commercial and cost management,

o Building economics,

o Benchmarking,

o Cost / time benefit analysis / Value management and Value engineering,

o Pre-contract and post contract cost planning and Financial control,

o Whole-Life costing,

o Procurement advice and tendering,

o Contract advice and drafting of contracts

Transportation Planning

Transport Assessment/ modelling

Transport Planning

Public Transportation Planning

Multi-disciplinary Highways Management & Engineering

Highway and structure design

Safety audit

Safety Engineering

Waste Disposal infrastructure development

Development of infrastructure design (including drainage, hydrology, and hydraulic engineering including SUDS, flood risk assessment)

Flood and water management

CDM duties

Construction contract management

Non-Civil Engineering Specialisms

Archaeology

Environmental impact assessments

Ecology and biodiversity surveys (i.e. bats etc)

Land management planning

Arboriculture advice and assessment

Property Maintenance and Surveying

Building Surveying

Land Surveying

Land Surveying - all and any kind of property or project related survey

Design, Engineering and Technical Specialist

Heritage, historic buildings, conservation architecture

Fire Engineering

Noise and vibration assessment including Building Acoustics

Air Quality assessment

Construction Contract Management

Construction Contract Management, administration and quality control

Management of soft and hard facility management (FM)

Soft FM Professional Services incl. Contract Management

Hard FM Professional Services

Technical and Data Management

Technical and Data Management

Engineering Specialisms

Coastal/ Maritime engineering

Canal maintenance/engineering

Site Investigations

Geotechnical assessment including contamination

Desktop surveys

Management of soil investigation including testing/ slope stability inspections

Waste Management

Closed Landfill Management

Waste & Resource Management Research

Waste & Resource Management communications and consultations

II.2.5) Award criteria

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

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Cost, Project, and Programme Management

II.2.2) Additional CPV code(s)

71000000

II.2.3) Place of performance

NUTS code:

UKG11

UKH2

UKH3

UKI

UKJ

UKK


Main site or place of performance:

The regions of London, South East (England), parts of East of England and a part of West Midlands; and South West (England) .

In the districts and boroughs of London; Inner London - West, Inner London - East, Outer London - East and North East, Outer London - South, Outer London - West and North West.

In the counties and authorities of South East England, to include Berkshire, Buckinghamshire, Oxfordshire, Surrey, East and West Sussex, Hampshire, Isle of Wight and Kent; in the of East of England, counties and authorities of Bedfordshire and Hertfordshire and Essex; and in the West Midlands, the counties and authorities of Herefordshire.

In the South West to include the counties and authorities of Cornwall, Plymouth, Devon, Torbay, Somerset, Wiltshire, Dorset, Swindon, Gloucestershire, South Gloucestershire, Bristol, Bath, NE Somerset, N Somerset, Bournemouth and Poole.

II.2.4) Description of the procurement

One of the successful suppliers from Lot 1 will be awarded a place on this lot as set out in the Invitation to Tender document.

Awards in this lot will be via a Direct Award Request for proposal document, and submission of a commercial workbook.

Services included within this lot are:

Multi-disciplinary Design

Architectural design

Interior design & workplace space planning

Landscape architecture

Structural engineering

Mechanical & Electrical engineering

Climate Change and Sustainability, renewable energy, BREEAM or other standards.

BIM modelling

Plan for Use (Soft-landings)

Cost Management

Cost Management and Quantity Surveying including:

o Commercial and cost management,

o Building economics,

o Benchmarking,

o Cost / time benefit analysis / Value management and Value engineering,

o Pre-contract and post contract cost planning and Financial control,

o Whole-Life costing,

o Procurement advice and tendering,

o Contract advice and drafting of contracts

Construction Contract Management

Construction Contract Management, administration and quality control

II.2.5) Award criteria

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

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Design, Engineering and Surveying, and Strategy

II.2.2) Additional CPV code(s)

70000000

71000000

II.2.3) Place of performance

NUTS code:

UKG11

UKH2

UKH3

UKI

UKJ

UKK


Main site or place of performance:

The regions of London, South East (England), parts of East of England and a part of West Midlands; and South West (England) .

In the districts and boroughs of London; Inner London - West, Inner London - East, Outer London - East and North East, Outer London - South, Outer London - West and North West.

In the counties and authorities of South East England, to include Berkshire, Buckinghamshire, Oxfordshire, Surrey, East and West Sussex, Hampshire, Isle of Wight and Kent; in the of East of England, counties and authorities of Bedfordshire and Hertfordshire and Essex; and in the West Midlands, the counties and authorities of Herefordshire.

II.2.4) Description of the procurement

One of the successful suppliers from Lot 1 will be awarded a place on this lot as set out in the Invitation to Tender document.

Awards in this lot will be via a Direct Award Request for proposal document, and submission of a commercial workbook.

Services included within this lot are as described below:

Strategic Services

Planning Urban Design and master planning including:

o Planning negotiations and condition agreements incl S106

o Developing design codes and site strategies

o Site promotion and Local Plan advocacy (incl EiP attendance) Landscape strategy

Development Consultancy and Advice including:

o Development delivery mechanisms

o Development appraisals, valuations and financial viability

o Negotiation of development and planning agreements

Acquisition and disposal advice including marketing and sales negotiations.

Asset Strategy including:

o Development of property strategies, asset management plans and policies

o Asset investment planning, business case development and decision support

o Identification and analysis of underperforming assets, including utilisation surveys, occupancy and storage audits and asset 'Health Checks'

Estates Management Services

Support for all asset and estates management activities.

Multi-disciplinary Design

Architectural design

Interior design & workplace space planning

Landscape architecture

Structural engineering

Mechanical & Electrical engineering

Climate Change and Sustainability, renewable energy, BREEAM or other standards.

BIM modelling

Plan for Use (Soft-landings)

H&S, CDM

CDM services and H&S advice

Transportation Planning

Transport Assessment/ modelling

Transport Planning

Public Transportation Planning

Multi-disciplinary Highways Management & Engineering

Highway and structure design

Safety audit

Safety Engineering

Waste Disposal infrastructure development

Development of infrastructure design (including drainage, hydrology, and hydraulic engineering including SUDS, flood risk assessment)

Flood and water management

CDM duties

Construction contract management

Non-Civil Engineering Specialisms

Archaeology

Environmental impact assessments

Ecology and biodiversity surveys (i.e. bats etc)

Land management planning

Arboriculture advice and assessment

Property Maintenance and Surveying

Building Surveying

Land Surveying

Land Surveying - all and any kind of property or project related survey

Design, Engineering and Technical Specialist

Heritage, historic buildings, conservation architecture

Fire Engineering

Noise and vibration assessment including Building Acoustics

Air Quality assessment

Management of soft and hard facility management (FM)

Soft FM Professional Services incl. Contract Management

Hard FM Professional Services

Technical and Data Management

Technical and Data Management

Engineering Specialisms

Coastal/ Maritime engineering

Canal maintenance/engineering

Site Investigations

Geotechnical assessment including contamination

Desktop surveys

Management of soil investigation including testing/ slope stability inspections

Waste Management

Closed Landfill Management

Waste & Resource Management Research

Waste & Resource Management communications and consultations

II.2.5) Award criteria

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

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Organisations are advised it is a condition of the framework that all managers and consultants (including sub-consultants) are suitably qualified and experienced to execute services encompassed by this framework, and in full compliance with UK legislation.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 2

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-000708

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/05/2024

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 27/05/2024

Local time: 10:00

Place:

Hampshire County Council

Winchester

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Electronic invoicing will be accepted with prior agreement and electronic payment via BACs is preferred.

Interested parties should register their interest in the project via the In-Tend website https://in-tendhost.co.uk/hampshire, and complete and submit the tender return documents by the closing date stated at IV.2.2.

How to obtain the tender documents:

The tender documents can be accessed when logged into In-Tend by selecting View Details" on the relevant tender advert and clicking "Express Interest" tab. Once in the tender there are 5 tabs - "Tender", - "ITT - documents", "Correspondence", "Clarifications", and "History".

Select the 2nd tab (ITT - documents) where you will find useful information under "Tender Details" continue to scroll down to the heading "Tender Documents Received" where you will be able to view/download the documents.

Opting in and out:

Please note you are required to "Opt In" before you can access the "My tender Return" to start populating your response. The "Opt Out" functionality will also be available throughout the duration of the tender

process. Opting out will give you the option to declaring you no longer want to receive any further communication in relation to this tender along with the opportunity of providing comments and feedback for this decision. You can choose to "Opt In" at any time during the tender process if you initially decided to "Opt Out".

The framework is open to all public sector organisations within the specified geographic areas which broadly covers:

1) Greater London

2) The South East of England (including Bedfordshire, Hertfordshire and Essex in the East of England; and Herefordshre in the West Midlands)

3) The South West of England

4) and as defined by the NUTS codes in Section II.1.2 of this notice.

To include (but are not limited to):

Local Authorities include all County, City, District and Borough Councils, London Borough and London public sector organisations

https://www.gov.uk/find-local-council

Central Government Department and Agencies

https://www.gov.uk/government/organisations#agencies-and-public-bodies

Government Departments, agencies and public bodies

https://www.gov.uk/government/organisations

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, further education establishments; higher education establishments and other educational establishments).

http://www.schoolswebdirectory.co.uk/

https://www.gov.uk/government/organisations/department-for-education

https://www.gov.uk/school-performance-tables

https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies

http://search.ucas.com/

National Parks Authorities https://www.nationalparks.uk

Social Enterprises https://www.socialenterprise.org.uk

Registered Providers of Social Housing

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

https://www.gov.uk/government/organisations/homes-england

Police Forces http://www.police.uk

https://www.gov.uk/police-and-crime-commissioners

Fire and Rescue Services http://www.fireservice.co.uk/information/ukfrs

NHS Bodies England

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx

Third Sector and Charities in the United Kingdom

https://www.gov.uk/government/organisations/charity-commission

http://www.oscr.org.uk/

http://www.charitycommissionni.org.uk/

Local Enterprise Partnerships (LEP's)

Public Service providers e.g. General Practitioners' Surgeries

https://www.nhs.uk/service-search/find-a-gp

Greater London Authority Group: Transport for London, London Fire and Emergency Planning Association, London Fire Brigade, Mayor's Office for Policing and Crime, Royal Parks and any subsequent body included in the GLA group https://www.london.gov.uk

Police and Emergency Services in Greater London.

The Corporate Officer of the House of Lords and The Corporate Officer of the House of Commons - Houses of Parliament.

Successor organisations to those identified above and their subsidiaries.

The Framework can be used for projects funded by national and European grants.

The framework may be used by non Public Body organisations which may need to use the framework to comply with conditions associated with the use of Public funds for these projects.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.5) Date of dispatch of this notice

12/04/2024

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
70000000 Real estate services Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support@hants.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.