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

YORconsult3 Consultants Framework Agreement

  • First published: 28 January 2024
  • Last modified: 28 January 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-043509
Published by:
East Riding of Yorkshire Council
Authority ID:
AA0104
Publication date:
28 January 2024
Deadline date:
28 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Riding of Yorkshire Council

Cross Street

BEVERLEY

HU179BA

UK

Contact person: Roy Ibbotson

E-mail: info@yorhub.com

NUTS: UKE12

Internet address(es)

Main address: http://www.eastriding.gov.uk/

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://yortender.eu-supply.com/


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

YORconsult3 Consultants Framework Agreement

Reference number: CM182

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.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 CM182 (https://yortender.eu-supply.com/).

II.1.5) Estimated total value

Value excluding VAT: 152 000 000.00  GBP

II.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.

II.2) Description

Lot No: 1

II.2.1) Title

Civil Engineering Services

II.2.2) Additional CPV code(s)

45112450

63712700

71200000

71300000

71400000

71500000

71600000

71700000

71800000

71900000

79300000

90490000

90700000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF1

UKF3


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.

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 45 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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.

Lot No: 2

II.2.1) Title

Transportation Services

II.2.2) Additional CPV code(s)

63712700

71311200

71313400

71317200

71319000

71322000

71335000

71356000

71400000

79300000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF1

UKF3


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.

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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.

Lot No: 3

II.2.1) Title

Multi-Disciplinary Building Services

II.2.2) Additional CPV code(s)

45112450

71200000

71300000

71400000

71500000

71600000

71700000

71900000

79300000

79930000

90700000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF1

UKF3


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.

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 45 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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.

Lot No: 4

II.2.1) Title

Architectural Services

II.2.2) Additional CPV code(s)

71200000

71300000

71400000

71500000

71600000

71700000

71900000

79300000

79930000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF1

UKF3


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.

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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.

Lot No: 5

II.2.1) Title

Quantity Surveying Services

II.2.2) Additional CPV code(s)

71242000

71244000

71246000

71321100

71322100

71324000

71356000

71500000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF1

UKF3


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.

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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.

Lot No: 6

II.2.1) Title

Structural Engineering Services

II.2.2) Additional CPV code(s)

71312000

71325000

71327000

71328000

71335000

71336000

71351500

71356000

71500000

71600000

71700000

71900000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF1

UKF3


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.

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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.

Lot No: 7

II.2.1) Title

Mechanical and Electrical Engineering Services

II.2.2) Additional CPV code(s)

71314000

71315410

71318100

71321000

71333000

71334000

71335000

71336000

71356000

71500000

71600000

71700000

71900000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF1

UKF3


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

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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.

Lot No: 8

II.2.1) Title

Building Surveying Services

II.2.2) Additional CPV code(s)

71300000

71410000

71500000

71600000

71700000

71900000

79300000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF1

UKF3


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.

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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.

Lot No: 9

II.2.1) Title

Project Management/Contract Administration and Site Supervision Services

II.2.2) Additional CPV code(s)

71356000

71520000

71540000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF1

UKF3


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.

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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.

Lot No: 10

II.2.1) Title

Local Authority Forward Planning Services and Development Management

II.2.2) Additional CPV code(s)

71313000

71356000

71410000

79300000

90710000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF1

UKF3


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.

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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.

Lot No: 11

II.2.1) Title

Coastal Services

II.2.2) Additional CPV code(s)

45112450

71200000

71300000

71400000

71500000

71600000

71700000

71900000

79300000

II.2.3) Place of performance

NUTS code:

UKC

UKE1

UKE2

UKF3


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.

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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.

Lot No: 12

II.2.1) Title

Drainage and Flood Protection Services

II.2.2) Additional CPV code(s)

45112450

71300000

71400000

71500000

71600000

71700000

71800000

71900000

79300000

90490000

90700000

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF1

UKF3


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.

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 29 000 000.00  GBP

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: 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).

II.2.13) Information about European Union funds

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

II.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 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:

As stated in the procurement documents.

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

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

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.

III.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.

III.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 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: 100

Justification for any framework agreement duration exceeding 4 years: Refer to II.2.11.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 28/03/2024

Local time: 12:00

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: 8 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 28/03/2024

Local time: 13:00

Place:

County Hall

Beverley

HU17 9BA

Information about authorised persons and opening procedure:

Authorised officers of the contracting authority.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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. CM182. All queries/communications must be made via the YORtender messaging function within project reference no. CM182.

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.ucas.com/

www.neupc.ac.uk/who-are-our-members

www.schoolswebdirectory.co.uk/

www.gov.uk/school-performance-tables

www.ukri.org/

- National Park Authorities

www.nationalparks.uk/parks/

- 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

https://aace.org.uk/

- NHS Bodies England:

https://www.england.nhs.uk/publication/nhs-provider-directory/

https://www.nhsbsa.nhs.uk/sicbls-icbs-and-other-providers/organisation-and-prescriber-changes/sub-icb-locations

https://www.nhs.uk/Service-Search/other-services/AreaTeam/LocationSearch/1839

https://www.gov.uk/government/publications/health-and-care-bill-factsheets/health-and-care-bill-special-health-authority-time-limits

- 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

www.oscr.org.uk/

- 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.

VI.4) Procedures for review

VI.4.1) Review body

East Riding of Yorkshire Council

County Hall

Beverley

HU17 9BA

UK

VI.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).

VI.5) Date of dispatch of this notice

26/01/2024

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71318100 Artificial and natural lighting engineering services for buildings Advisory and consultative engineering services
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
71321100 Construction economics services Engineering design services for mechanical and electrical installations for buildings
71540000 Construction management services Construction-related services
71520000 Construction supervision services Construction-related services
71500000 Construction-related services Architectural, construction, engineering and inspection services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
71246000 Determining and listing of quantities in construction Architectural, engineering and planning services
71314000 Energy and related services Consultative engineering and construction services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71300000 Engineering services Architectural, construction, engineering and inspection services
71335000 Engineering studies Miscellaneous engineering services
71336000 Engineering support services Miscellaneous engineering services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
90710000 Environmental management Environmental services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
45112450 Excavation work at archaeological sites Excavating and earthmoving work
71319000 Expert witness services Consultative engineering and construction services
71325000 Foundation-design services Engineering design services
71351500 Ground investigation services Geological, geophysical and other scientific prospecting services
71317200 Health and safety services Hazard protection and control consultancy services
71315410 Inspection of ventilation system Building services
71900000 Laboratory services Architectural, construction, engineering and inspection services
71327000 Load-bearing structure design services Engineering design services
79300000 Market and economic research; polling and statistics Business services: law, marketing, consulting, recruitment, printing and security
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71333000 Mechanical engineering services Miscellaneous engineering services
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
71324000 Quantity surveying services Engineering design services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
90490000 Sewer survey and sewage treatment consultancy services Sewage services
79930000 Specialty design services Miscellaneous business and business-related services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71356000 Technical services Engineering-related scientific and technical services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
63712700 Traffic control services Support services for road transport
71311200 Transport systems consultancy services Civil engineering consultancy services
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
71410000 Urban planning services Urban planning and landscape architectural services
71328000 Verification of load-bearing structure design services Engineering design services

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:
info@yorhub.com
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.