The procurement documents are available for unrestricted and full direct access, free of charge at:
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.
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).
- Registered Social Landlords (Housing Associations).
www.gov.uk/government/publications/current-registered-providers-of-social-housing
https://www.nhsbsa.nhs.uk/sicbls-icbs-and-other-providers/organisation-and-prescriber-changes/sub-icb-locations
https://www.gov.uk/government/publications/health-and-care-bill-factsheets/health-and-care-bill-special-health-authority-time-limits
- Also permitted to access the framework are locally delivered Public Service providers e.g. General Practitioners' Surgeries.
- The option is reserved for the framework to be used by projects funded by Section 106 and/or community infrastructure levy.
- 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.