Construction and Highways Professional Services Framework – North Lincolnshire
North Lincolnshire Council is establishing the next generation of the construction and highways professional services Framework Agreement.
United Kingdom-Scunthorpe: Architectural, construction, engineering and inspection services
2020/S 023-052416
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Church Square House, High Street
Town: Scunthorpe
NUTS code: UKE13
Postal code: DN15 6NL
Country: United Kingdom
Contact person: All communication through https://www.yortender.co.uk
E-mail: procurement@northlincs.gov.uk
Address of the buyer profile: https://www.northlincs.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Construction and Highways Professional Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
North Lincolnshire Council is establishing the next generation of the construction and highways professional services framework agreement to assist with the delivery of the authority’s construction and highways-related work. It will include individual lots for General building and highways professional services. Other key features include:
— services range in value from 1 GBP to 500 000 GBP per call-off,
— 4-year duration,
— potential total workload 6 000 000 GBP,
— call-offs will be under the NEC4 professional services short contract,
— other contracting authorities in the Yorkshire and Humber region will be able to call-off the framework see Section VI.3).
Companies appointed to the framework will:
— work closely with the authority’s internal works and technical resources, framework contractors and the authority’s other external partners and suppliers,
— engage with the principles of collaborative working,
— bring social value benefits,
— meet the targets by utilising BIM.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Construction — General Building Related Professional Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North Lincolnshire is the main site of performance, however the framework is available for use by any public sector body in the Yorkshire and Humber and Lincolnshire regions. Please see Section VI.3).
II.2.4)Description of the procurement:
This lot is for general building related professional services with a value of 4 500 000 GBP.
The maximum number of suppliers allocated to this lot is 4.
A fully integrated multi-disciplinary service managed through a single interface with the authority is required.
The services required may involve all or any stages of work including feasibility, design and project preparation and construction, responsive services may also be required. The core services included in Lot 1 comprise a full range of general building services:
— project management,
— architectural services,
— engineering services,
— mechanical engineering services,
— electrical engineering services,
— cost management/quantity surveying services,
— principle designer advisory role,
— site supervisory services.
The framework agreement provides arrangements to let call-offs for contracts between 1 GBP and 500 000 GBP. the frequency and number of call-offs will be determined by the authority’s capital programme which is approved annually.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Highways — Highways Related Professional Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North Lincolnshire is the main site of performance, however the framework is available for use by any public sector body in the Yorkshire and Humber and Lincolnshire regions. Please see Section VI.3).
II.2.4)Description of the procurement:
This lot is for highways professional services with a value of 1 500 000 GBP
The maximum number of suppliers allocated to this lot is 3.
A fully integrated multi-disciplinary service managed through a single interface with the authority is required.
The services required may involve all or any stages of work including feasibility, design and project preparation and construction, responsive services may also be required. Services comprise of all aspects of:
— highway design/engineering,
— static bridge engineering,
— moving bridge engineering,
— traffic engineering and modelling,
— transportation engineering and modelling,
— Street lighting/electrical design,
— traffic signals engineering,
— topographical surveying,
— drainage design and engineering (including SuDS),
— principle designer advisory role,
— localised flood risk management,
— project management.
Other services
Other services are also included under the coverage of the framework agreement as follows:
— site surveying services,
— traffic counts,
— planning application advice services,
— transportation studies.
Call-offs may include for, but not be limited to:
— working with the employer’s other suppliers of professional services including in-house resources,
— early involvement of consultants in projects,
— consultants staff working in the employer’s offices,
— attendance on site at short notice within 4 hours following notification during normal working hours (e.g. re responsive site problems, urgent issues, etc.).
The services required may involve project management and may include all or any stages of work, including planning, feasibility, studies, surveys, design and project preparation, project management and advice associated with these services.
The framework agreement provides arrangements to let call-offs for contracts between 1 GBP and 300 000 GBP. The frequency and number of call-offs will be determined by the authority’s capital programme which is approved annually.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
It is a condition of the framework agreement that successful contractors become and retain a verified Level 3 Gold membership with ‘Constructionline’.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Church Square House, 30-40 High Street, Scunthorpe, DN15 6NL.
Independent procurement officer.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The procurement will be a single stage process conducted under the open procedure. Bidders will be asked to complete a PAS91 (publicly available specification), with method statements and pricing information for the lot(s) applied for. The Council will be using Constructionline, the Government approved third party accreditation and risk management service to assist in the assessment of bidders.
Other bodies may access the framework to award call-off contracts in accordance with the framework terms and conditions, although there is no obligation for them to do so. This is subject to North Lincolnshire Council and the relevant consultant’s agreement for other bodies to access the framework.
In the event of a call-off by an other body the concluded call-off contract will be between the other body and the relevant contractor.
‘Other Body’ means one of the following:
Local authorities, town and Parish Councils that are in the following regions:
UKE Yorkshire and Humber Region Contracting Authorities consist of:
— UKE11 Kingston upon Hull,
— UKE12 East Riding of Yorkshire,
— UKE13 North and North East Lincolnshire,
— UKE21 York,
— UKE22 North Yorkshire CC,
— UKE31 Barnsley, Doncaster and Rotherham,
— UKE32 Sheffield,
— UKE41 Bradford,
— UKE42 Leeds,
— UKE44 Calderdale and Kirklees,
— UKE45 Wakefield.
UKF3 Lincolnshire Region Contracting Authorities consist of:
— UKF30 Lincolnshire.
Other public bodies who are able to access this framework are those public bodies listed below that are located within NUTS codes UKE11, UKE12, UKE13, UKE21, UKE22, UKE31, UKE32, UKE41, UKE42, UKE44, UKE45 and UKF30 (The Yorkshire and Humber Region and Lincolnshire Region):
Educational establishments in England and Wales, maintained by the Department for Children, Schools and Families including schools, universities and colleges and independently run colleges and academies (publicly funded independent schools)
https://get-information-schools.service.gov.uk/
Police Forces
http://www.police.uk/?view=force_sites
Fire and rescue services in the United Kingdom
http://www.fireservice.co.uk/information/ukfrs
NHS Bodies England
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Central Government Department and their agencies as listed in Schedule 1 of the Public Procurement ContractsRegulations 2015 –
http://www.legislation.gov.uk/uksi/2015/102/schedule/1/made
Registered charities (registered on the charity commission’s website)
Registered social landlords (housing associations)
Voluntary and community sector organisations
Internal drainage boards
Https:www.ada.org.uk
VI.4.1)Review body
Postal address: Strand, London
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice: