Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Property, Civil, and Structural Engineering Professional Services Framework Agreement
Reference number: DN340911
II.1.2)Main CPV code71000000
II.1.3)Type of contractServices
II.1.4)Short description:
The Council is looking for companies to place on to the framework agreement with specialisms in a range of civil design and property professional services including Various Architectural Services, Regeneration Services, Various Survey Services, Geotechnical Services, Engineering Services, Project and Programme Management Services, M&E Services, Design Services, Various Consultancy Services, Sustainability and Environmental Services, and Valuation Services.
II.1.5)Estimated total valueValue excluding VAT: 500 000 000.00 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:
Lot 1— Architectural Design – Commercial and Office Buildings
Lot No: 1
II.2.2)Additional CPV code(s)71200000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 1: Architectural Design – Commercial and Office Buildings.
Production of Affordable and Sustainable Architectural Building Design of Commercial and Office Buildings, RIBA Plan, Feasibility Studies, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, BREEAM assessments, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole-Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 2 — Architectural Design – Housing and Residential Architects
Lot No: 2
II.2.2)Additional CPV code(s)71200000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 2: Architectural Design – Housing and Residential Architects.
Production of Affordable and Sustainable Architectural Building Design of Housing and Residential Buildings, RIBA Plan, Feasibility Studies, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, BREEAM assessments, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole-Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 3 — Architectural Design – Education Buildings
Lot No: 3
II.2.2)Additional CPV code(s)71200000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 3: Architectural Design – Education Buildings.
Production of Affordable and Sustainable Architectural Building Design of Primary and Secondary Education Buildings, RIBA Plan, Feasibility Studies, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, BREEAM assessments, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole-Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 4 — Architectural Design – Cultural and Leisure Projects
Lot No: 4
II.2.2)Additional CPV code(s)71200000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 4: Architectural Design – Cultural and Leisure Projects.
Production of Affordable and Sustainable Architectural Building Design of Cultural and Leisure Projects, RIBA Plan, Feasibility Studies, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, BREEAM assessments, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole-Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 5 — Regeneration Landscaping – Artisan
Lot No: 5
II.2.2)Additional CPV code(s)71400000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 5: Regeneration and Landscaping – Artisan.
Includes, reporting on Area Regeneration Studies, Master Plans and Sub-regional Strategies, Landscape/Townscape analysis, Town / Master planning, Urban Design and Guidance, Feasibility Studies, Site Appraisals, Preparation of work packages suitable to tender, Planning Applications, Landscape design, Public Art, Procurement, Presentation Visualisations, Advice on Best Practice and Government Policy, Monitoring of Construction Works, Adoption works, Heritage, Landscape Studies, Community Engagement, Sustainability, Transport Planning and Studies, Liaison with Dependant Parties, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 6 — Heritage Architects
Lot No: 6
II.2.2)Additional CPV code(s)71200000
71400000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 6: Heritage Architects.
Production of Affordable and Sustainable Architectural Building Design related to Historic Buildings reflecting current best practice and Historic England guidance, RIBA Plan, Feasibility Studies, Conservation Plans, Conservation Management Plans, Heritage Statements, procurement of specialist advise, liaison with stakeholders including external funders, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, BREEAM assessments, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 7 — Architectural Design – Landscape
Lot No: 7
II.2.2)Additional CPV code(s)71200000
71400000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 7: Architectural Design — Landscape.
Production of Affordable and Sustainable Architectural Landscape Design, RIBA Plan, Feasibility Studies, Preparation of Project Briefs, Specifications, design guides and design codes, Site investigation and appraisal, Planning applications and building control applications, Infrastructure studies, Design Audit, Historic Estate advise, DDA and access arrangements, Design Quality, Whole Life Cost, Regeneration, Energy Conservation and Sustainability advice and implementation, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 8 — Building Surveying
Lot No: 8
II.2.2)Additional CPV code(s)71250000
71500000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 8: Building Surveying.
Production / Design of Affordable and Sustainable Building upgrade and refurbishment projects, Preparing Schedules, General Building Condition Surveys, Structural Surveys Preparation of Specifications, Electrical and Mechanical, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 9 — Civil Structural Engineering
Lot No: 9
II.2.2)Additional CPV code(s)71300000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 9: Civil Structural Engineering.
Production of Affordable and Sustainable Civil Engineering Design, upgrading and refurbishment projects, Topographical surveys, Structural / Condition surveys, Design/Management and interpretation of Site Investigations, Traffic Impact assessments, Feasibility Studies, Structural engineering generally, Civil engineering generally, Traffic and Highways, Drainage Design, Adoption, Flood Risk Assessment, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training. Production of affordable and sustainable engineering and structural design of buildings, upgrading and refurbishment projects, Asset Condition Surveys, Design/Management,
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 10 — Mechanical Electrical Building Services
Lot No: 10
II.2.2)Additional CPV code(s)50710000
71321000
71333000
71334000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 10: Mechanical Electrical Building Services.
Feasibility Studies, Utility Assessments, Whole Life Cost Assessment, Electrical Services, Mechanical Services, CCTV and Access Control, Noise Control, Energy Efficiency, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 11 — Project and Programme Management
Lot No: 11
II.2.2)Additional CPV code(s)71242000
71247000
71248000
71520000
71530000
71540000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 11: Project and Programme Management.
Project and Programme Management Service to act on behalf of the Client to include upgrading and refurbishment of the land and premises, land remediation, infrastructure and development,, Business / Economic Support and Operating, European Regional Develop Funding, actions plans, Risk Management, Science and Research, Leisure and Tourism, Information Technology and Strategy Development,, Management of Procurement, Preparation of work packages suitable to tender, Monitoring of Construction Works, Health Safety Environment Management, Gateway Reviews, Knowledge Transfer, Share Best Practice, Skills / Training Delivery.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 44
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 12 — Quantity Surveying
Lot No: 12
II.2.2)Additional CPV code(s)71322100
71324000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 12: Quantity Surveying.
Deliver affordable and sustainable new build and refurbishment, building, civil engineering and landscape projects, Appraisal work, Direct Development and Post Agreement Monitoring, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction works, Contract Administration, Health Safety Environment Management, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 13 — Principal Designer under CDM Regulations
Lot No: 13
II.2.2)Additional CPV code(s)71200000
71540000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 13: Principal Designer under the CDM Regulations.
The role of principal designer includes: Informing the client of their duties under the regulations. Planning, managing and monitoring health and safety in the pre-construction phase, including; identifying, eliminating or controlling foreseeable risks; and ensuring designers carry out their duties. Helping compile pre-construction information and providing it to designers and contractors. Preparing the health and safety file and then reviewing, updating and revising it as the project progresses. Liaising with the principal contractor to help in the planning, managing, monitoring and co-ordination of the construction phase. Taking into account the general principles of prevention. Ensuring that all persons working in relation to the pre-construction phase cooperate with the client, the principal designer and each other. Checking that designers have sufficient skills, knowledge, experience and (if they are an organization) the organizational capability to carry out the work.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 14 — Asbestos Consultancy Services
Lot No: 14
II.2.2)Additional CPV code(s)71530000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 14: Asbestos Consultancy Services.
To provide the following technical support to ensure MCC is compliant Asbestos Management/ Update/Refurbishment/Demolition Surveys including producing a report Asbestos Management Plans Quality check Asbestos Removal Plans Of Work Carry out Air Monitoring/Smoke Test /4 Stage Reassurance Clearance when removal work is being carried out. Provide technical consultative services when required to assist in projects in relation to asbestos management Provide tailor made training/ asbestos awareness sessions.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 15 — Fire Engineering Consultancy Services
Lot No: 15
II.2.2)Additional CPV code(s)71300000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 15: Fire Engineering Consultancy Services.
Fire risk assessments and development of site specific fire management plans for a full range of project types, design of cost effective fire strategies for existing and new buildings, ad-hoc fire engineering consultancy.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 16 — Legionella Consultancy Services
Lot No: 16
II.2.2)Additional CPV code(s)71500000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 16: Legionella Consultancy Services.
Delivery of legionella risk assessments, delivery of risk reviews of premises, delivery of legionella management systems and site audits, testing and laboratory analysis, delivery of strategic support for legionella programme development (solutions support) including the development of quality and performance management systems.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 17 — Acoustic Consultancy Services
Lot No: 17
II.2.2)Additional CPV code(s)71500000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 17: Acoustic Consultancy Services.
Ad-hoc noise and vibration assessments, attendance at design reviews for new schools, academies, new build housing and other Council new build, civils and refurbishment projects, review and comment on specifications and drawings provided by the design teams, site visits to new build projects during construction, post occupancy assessments and review.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 18 — Multi Discipline Services
Lot No: 18
II.2.2)Additional CPV code(s)71000000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 18: Multi Discipline Services.
Multi-disciplinary Design Services, Master planning and Urban Design, Architecture, Landscaping, Property Services, Strategic redevelopment assessments, Presentation Visualisations, Environmental, Sustainability, Archaeology, Ecology, Heritage, Public Art, Project and Programme Management Service to act on behalf of the Client, Health Safety Environment Management, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 19 — Sustainability and Environment
Lot No: 19
II.2.2)Additional CPV code(s)71240000
71250000
71300000
71500000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 19: Sustainability and Environment.
Sustainability Innovation, Buildings, Communities; Environment Management Services, Carbon Reduction, Impact Assessment, Advice on Best Practice and Government legislation, Feasibility Studies, Marketing Events, Site Safety and Regulatory Assessments, Contaminated Land, Waste Management, Land Reclamation and Remediation Management, Ecology, Archaeology, Sustainability Development, Renewable Energies, BREEAM, CEEQUAL Environmental Technologies and Services and the like, Pollution Control, Flooding, Invasive Weed, Noise and Air Quality, Rural and Coastal Issues, Health, Design, Regeneration and skills, Whole Life Cost Considerations, Sustainable Procurement, Preparation of work packages suitable to tender, Monitoring of Construction Works, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 20 — Planning – Master Planning Services
Lot No: 20
II.2.2)Additional CPV code(s)71000000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 20: Planning and Master Planning Services.
Master planning and Urban Design, Architecture, Landscaping, Design Services, Property Services, Strategic redevelopment assessments, Presentation Visualisations, Environmental, Sustainability, Archaeology, Ecology, Heritage, Public Art, Project and Programme Management Service to act on behalf of the Client, Health Safety Environment Management, Training.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 21 — Valuation and Market Analysis
Lot No: 21
II.2.2)Additional CPV code(s)71242000
71244000
71246000
71250000
71324000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 21: Valuation and Market Analysis.
Includes Acquisitions, Compulsory Purchase, Valuation, Strategic advice, Development and Funding and Asset Management, Market strategies, Market Design.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 22 — Geotechnical Services
Lot No: 22
II.2.2)Additional CPV code(s)71300000
71400000
71500000
71600000
II.2.3)Place of performanceNUTS code: UK
II.2.4)Description of the procurement:
Lot 22: Geotechnical Services.
Application of a range of rock and soil slope reinforcement techniques, Rock removal and scaling, Provision of specific plant (e.g. mobile barriers off-road vehicles and non-road engines), Removal of vegetation and arboreal control, Installation of protection measures against rock and debris falls such as draped mesh, baseline, temporary or permanent catch fencing (and removal if required), Provision of traffic management, Chainsaw work as required, Supply accurate as built details and specifications and GPS coordinates of all installed infrastructure, Ground investigation studies, interpretative reports of ground conditions etc.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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: Where a call-off contract relates to projects or programmes financed by EU funds iformation will be included to indicate if a project is finances by EU funds in the respective procurement documents.
II.2.14)Additional information