Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
YORconsult2 South and West Area Consultants Framework Agreement
Reference number: CM124
II.1.2)Main CPV code71000000 Architectural, construction, engineering and inspection services
II.1.3)Type of contractServices
II.1.4)Short description:
YORconsult2 South and West Area Consultants Framework Agreement is one of 2 YORconsult2 consultant framework agreements (the other being YORconsult2 North and East framework agreement published at the same time) set up to serve all public sector bodies (and their statutory successors) and third sector organisations in the Yorkshire and Humber region, North East of England, Nottinghamshire, Derbyshire and Lincolnshire as detailed in the procurement documents. It is for construction related consultancy services, services ancillary to construction work, estate services, local authority planning services and environmental services. The full list of accessing bodies is detailed within VI.3. Principles of collaborative working and partnering will be key to the relationships under the framework.
The framework agreement is divided into 15 lots relating to the type of services awarded under the framework agreement (see II.2 information about lots).
II.1.5)Estimated total valueValue excluding VAT: 79 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Civil Engineering Services
Lot No: 1
II.2.2)Additional CPV code(s)71300000 Engineering services
71400000 Urban planning and landscape architectural services
71500000 Construction-related services
71600000 Technical testing, analysis and consultancy services
71700000 Monitoring and control services
71800000 Consulting services for water-supply and waste consultancy
71900000 Laboratory services
79300000 Market and economic research; polling and statistics
90490000 Sewer survey and sewage treatment consultancy services
71000000 Architectural, construction, engineering and inspection services
71200000 Architectural and related services
45112450 Excavation work at archaeological sites
63712700 Traffic control services
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKF1 Derbyshire and Nottinghamshire
Main site or place of performance:
Yorkshire and the Humber UKE, Derbyshire and Nottinghamshire UKF1, but mainly within South Yorkshire UKE3 and West Yorkshire UKE4. Further details as set out 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, flood prevention works (including studies), sewerage and drainage works, signals and lighting services, supervision and other civil engineering works (but excluding the main services included in lot 2). Some ancillary services including building services, urban planning, environmental and market / economic research services may also be included. The coverage for both 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 25 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.2)Additional CPV code(s)71311200 Transport systems consultancy services
71313400 Environmental impact assessment for construction
71322000 Engineering design services for the construction of civil engineering works
71335000 Engineering studies
71356000 Technical services
71317200 Health and safety services
71400000 Urban planning and landscape architectural services
63712700 Traffic control services
79300000 Market and economic research; polling and statistics
71000000 Architectural, construction, engineering and inspection services
71319000 Expert witness services
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKF1 Derbyshire and Nottinghamshire
Main site or place of performance:
Yorkshire and the Humber UKE, Derbyshire and Nottinghamshire UKF1, but mainly within South Yorkshire UKE3 and West Yorkshire UKE4. Further details as set out 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. The coverage for both 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.1)Title:
Multi-Disciplinary Building services
Lot No: 3
II.2.2)Additional CPV code(s)71000000 Architectural, construction, engineering and inspection services
71200000 Architectural and related services
71300000 Engineering services
71400000 Urban planning and landscape architectural services
71500000 Construction-related services
71600000 Technical testing, analysis and consultancy services
71700000 Monitoring and control services
71900000 Laboratory services
79930000 Specialty design services
79300000 Market and economic research; polling and statistics
45112450 Excavation work at archaeological sites
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKF1 Derbyshire and Nottinghamshire
Main site or place of performance:
Yorkshire and the Humber UKE, Derbyshire and Nottinghamshire UKF1, but mainly within South Yorkshire UKE3 and West Yorkshire UKE4. Further details as set out 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, Project Management, Contract Administration and Site Supervision. Some ancillary services including civil engineering services, urban planning, environmental and market / economic research services may also be included. The coverage for both 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.2)Additional CPV code(s)71200000 Architectural and related services
79930000 Specialty design services
71300000 Engineering services
71400000 Urban planning and landscape architectural services
71500000 Construction-related services
71600000 Technical testing, analysis and consultancy services
71700000 Monitoring and control services
71900000 Laboratory services
79300000 Market and economic research; polling and statistics
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKF1 Derbyshire and Nottinghamshire
Main site or place of performance:
Yorkshire and the Humber UKE, Derbyshire and Nottinghamshire UKF1, but mainly within South Yorkshire UKE3 and West Yorkshire UKE4. Further details as set out 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. The coverage for both 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.1)Title:
Quantity Surveying Services
Lot No: 5
II.2.2)Additional CPV code(s)71324000 Quantity surveying services
71322100 Quantity surveying services for civil engineering works
71242000 Project and design preparation, estimation of costs
71244000 Calculation of costs, monitoring of costs
71246000 Determining and listing of quantities in construction
71321100 Construction economics services
71356000 Technical services
71500000 Construction-related services
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKF1 Derbyshire and Nottinghamshire
Main site or place of performance:
Yorkshire and the Humber UKE, Derbyshire and Nottinghamshire UKF1, but mainly within South Yorkshire UKE3 and West Yorkshire UKE4. Further details as set out 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 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.1)Title:
Structural Engineering Services
Lot No: 6
II.2.2)Additional CPV code(s)71312000 Structural engineering consultancy services
71325000 Foundation-design services
71327000 Load-bearing structure design services
71328000 Verification of load-bearing structure design services
71335000 Engineering studies
71336000 Engineering support services
71351500 Ground investigation services
71356000 Technical services
71500000 Construction-related services
71600000 Technical testing, analysis and consultancy services
71700000 Monitoring and control services
71900000 Laboratory services
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKF1 Derbyshire and Nottinghamshire
Main site or place of performance:
Yorkshire and the Humber UKE, Derbyshire and Nottinghamshire UKF1, but mainly within South Yorkshire UKE3 and West Yorkshire UKE4. Further details as set out 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 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.1)Title:
Mechanical and Electrical Engineering Services
Lot No: 7
II.2.2)Additional CPV code(s)71334000 Mechanical and electrical engineering services
71333000 Mechanical engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings
71314000 Energy and related services
71315410 Inspection of ventilation system
71335000 Engineering studies
71336000 Engineering support services
71356000 Technical services
71500000 Construction-related services
71600000 Technical testing, analysis and consultancy services
71700000 Monitoring and control services
71900000 Laboratory services
71318100 Artificial and natural lighting engineering services for buildings
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKF1 Derbyshire and Nottinghamshire
Main site or place of performance:
Yorkshire and the Humber UKE, Derbyshire and Nottinghamshire UKF1, but mainly within South Yorkshire UKE3 and West Yorkshire UKE4. Further details as set out 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 and clerk of work services may also be included. The coverage for both 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.1)Title:
Building Surveying Services
Lot No: 8
II.2.2)Additional CPV code(s)71315000 Building services
71300000 Engineering services
71410000 Urban planning services
71500000 Construction-related services
71600000 Technical testing, analysis and consultancy services
71700000 Monitoring and control services
71900000 Laboratory services
79300000 Market and economic research; polling and statistics
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKF1 Derbyshire and Nottinghamshire
Main site or place of performance:
Yorkshire and the Humber UKE, Derbyshire and Nottinghamshire UKF1, but mainly within South Yorkshire UKE3 and West Yorkshire UKE4. Further details as set out 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. The coverage for both 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.1)Title:
Project Management, Contract Administration and Site Supervision Services
Lot No: 9
II.2.2)Additional CPV code(s)71540000 Construction management services
71520000 Construction supervision services
71356000 Technical services
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKF1 Derbyshire and Nottinghamshire
Main site or place of performance:
Yorkshire and the Humber UKE, Derbyshire and Nottinghamshire UKF1, but mainly within South Yorkshire UKE3 and West Yorkshire UKE4. Further details as set out in the Framework procurement documents.
II.2.4)Description of the procurement:
Project Management, Contract Administration and Site Supervision Services/Clerk of Works services for building work including new build, refurbishment and maintenance projects. Some ancillary Service including other building disciplines may also be included. The coverage for both 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.1)Title:
Renewable Energies Services
Lot No: 10
II.2.2)Additional CPV code(s)71314000 Energy and related services
71321000 Engineering design services for mechanical and electrical installations for buildings
71334000 Mechanical and electrical engineering services
71335000 Engineering studies
71336000 Engineering support services
71356000 Technical services
71500000 Construction-related services
71600000 Technical testing, analysis and consultancy services
71700000 Monitoring and control services
71900000 Laboratory services
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKF1 Derbyshire and Nottinghamshire
NUTS code: UKF3 Lincolnshire
Main site or place of performance:
Yorkshire and the Humber UKE, North East England UKC, Derbyshire and Nottinghamshire UKF1, Lincolnshire UKF3. Further details as set out in the Framework procurement documents.
II.2.4)Description of the procurement:
Renewable Energies Services for new build, refurbishment and maintenance projects. Includes ground source heat pumps, air source heat pumps, wind turbines, renewable heat including biomass and biofuel, photovoltaic, solar heating and wave technology. The coverage for both 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.2)Additional CPV code(s)71631300 Technical building-inspection services
71510000 Site-investigation services
71315100 Building-fabric consultancy services
71356200 Technical assistance services
71356300 Technical support services
71620000 Analysis services
71632000 Technical testing services
71313410 Risk or hazard assessment for construction
71900000 Laboratory services
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKF1 Derbyshire and Nottinghamshire
NUTS code: UKF3 Lincolnshire
Main site or place of performance:
Yorkshire and the Humber UKE, North East England UKC, Derbyshire and Nottinghamshire UKF1, Lincolnshire UKF3. Further details as set out in the Framework procurement documents.
II.2.4)Description of the procurement:
Asbestos Survey Services for buildings; includes management surveys and pre demolition/ refurbishment surveys.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.2)Additional CPV code(s)71313000 Environmental engineering consultancy services
90700000 Environmental services
71356200 Technical assistance services
71356300 Technical support services
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKF1 Derbyshire and Nottinghamshire
NUTS code: UKF3 Lincolnshire
Main site or place of performance:
Yorkshire and the Humber UKE, North East England UKC, Derbyshire and Nottinghamshire UKF1, Lincolnshire UKF3. Further details as set out in the Framework procurement documents.
II.2.4)Description of the procurement:
Environmental Services in relation to construction projects (including new build, refurbishment and maintenance building projects) and general environmental services (but excluding any environmental services relating to local authority forward planning services and development management services included in lot 14). Coverage for the lot includes environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 3 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.1)Title:
Estates Professional Services
Lot No: 13
II.2.2)Additional CPV code(s)70000000 Real estate services
70100000 Real estate services with own property
70200000 Renting or leasing services of own property
70300000 Real estate agency services on a fee or contract basis
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKF1 Derbyshire and Nottinghamshire
NUTS code: UKF3 Lincolnshire
Main site or place of performance:
Yorkshire and the Humber UKE, North East England UKC, Derbyshire and Nottinghamshire UKF1, Lincolnshire UKF3. Further details as set out in the Framework procurement documents.
II.2.4)Description of the procurement:
Estates Professional Services including: all services in relation to acquisition, management and disposal of freehold and leasehold property, and compulsory purchase; technical assurance services to ensure that current and future estates and property arrangements achieve value for money and comply with relevant regulatory measures and client objectives.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.1)Title:
Local Authority Forward Planning Services and Development Management Services
Lot No: 14
II.2.2)Additional CPV code(s)71410000 Urban planning services
71356000 Technical services
90710000 Environmental management
79300000 Market and economic research; polling and statistics
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKF1 Derbyshire and Nottinghamshire
NUTS code: UKF3 Lincolnshire
Main site or place of performance:
Yorkshire and the Humber UKE, North East England UKC, Derbyshire and Nottinghamshire UKF1, Lincolnshire UKF3. Further details as set out 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 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.
II.2)Description
II.2.2)Additional CPV code(s)71351914 Archaeological services
45112450 Excavation work at archaeological sites
71351720 Geophysical surveys of archaeological sites
71351811 Topographical surveys of archaeological sites
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKF1 Derbyshire and Nottinghamshire
NUTS code: UKF3 Lincolnshire
Main site or place of performance:
Yorkshire and the Humber UKE, North East England UKC, Derbyshire and Nottinghamshire UKF1, Lincolnshire UKF3. Further details as set out in the Framework procurement documents.
II.2.4)Description of the procurement:
Main Services include desk-based assessments, field survey and building recording, excavation, observation (watching brief), investigation and recording during development, finds research, post-excavation analysis and publication, geophysical survey, historical audits and research, environmental research and sampling, archaeological conservation and specialist dating. Some ancillary services including forensics, nautical recording and reconstruction and archaeological illustration may also be included. The coverage for both 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 8 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, training and employment initiatives and training of their staff to new ways of working. 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 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 4 years, not least because a number of Local Authorities and other public sector organisations 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Some projects may receive financial contributions from EU funds.
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 the lot.