United Kingdom-Truro: Urban planning and landscape architectural services
2018/S 118-268321
Contract notice
Services
Section I: Contracting authority
County Hall, Treyew Road
Truro
TR1 3AY
United Kingdom
Contact person: Mr Stuart Hinde
Telephone: +44 1872327411
E-mail: MjE1ZFlaX1VWMVRgY19oUl1dH1hgZx9mXA==
NUTS code: UK
Internet address(es):
Main address: http://www.cornwall.gov.uk
Address of the buyer profile: http://www.cornwall.gov.uk
Section II: Object
Built Environment Professional Services Framework — Cornwall Council
Cornwall Council is seeking to appoint consultants to a Framework Agreement consisting of 3 Lots that will be used to undertake services relating to the built environment that include Development management, Project management, Cost management, Site supervision, Health and safety assessment and Multi-disciplinary construction design.
The term of the Framework Agreement is intended to be for 4 years, commencing in August 2018. The objective of this procurement process is to appoint consultants to the Framework that are capable, under NEC3 forms of contract, of carrying out services on behalf of the Council.
Tenderers appointed to the Framework may be asked to provide works and services to all departments and wholly owned companies of the Council and potentially to other public sector bodies ("Other Organisations") in Cornwall across the geographical area of Cornwall and Plymouth as described in the OJEU Contract Notice and Schedule 12 of the Framework Agreement.
Development Management
The Development manager will be appointed to act on behalf of the Client in the management of the development process throughout the Project lifespan, from the emergence of the initial concept to the completion of the client brief, monitoring and review of the design and construction process by others commissioned by the Capital projects group and the transition of the project into the operational phase.
Project Management and Design
The Consultant appointed to Lot 2 will be engaged to act on behalf of the Client in the management of construction projects through the Project lifespan, from the emergence of the initial concept, through design, construction and operational phases. It is the intention of this procurement that it will be possible through the call off process appoint the Consultant to take responsibility for:
1) Project management of the employer or organisations construction or civil engineering works project;
2) pre and post contract Cost management (QS) services;
3) Site supervision services;
4) Multi-disciplinary construction design;
Each of the 4 principle disciplines will have a defined scope as set out in the tender documentation that applies to the various project stages under which call off contract may apply.
Health and Safety Assessment
The Scope of Lot 3 of the Framework sets out how the Consultant shall undertake site assessments, monitor and report on activities to ensure that this duty is carried out. Such duties include assessing and reporting on the site health and safety performance of Contractors to ensure site activities are being conducted in a safe manner and in compliance with current regulations.
It is expected that as a minimum 10-20 sites will be active concurrently, however during the school's summer holiday period the number of sites can peak at over 60 sites each requiring assessment at least once every 2 weeks. In their tender responses consultants must clearly demonstrate their ability to manage the work load.
Bidders for Lot 3 should be aware of potential conflicts of interest relating to this lot, in particular the successful tender will be prohibited from carrying out other works or services for or on behalf of the Council, its family of companies or any other affiliated company.
Section III: Legal, economic, financial and technical information
Section IV: Procedure
New County Hall, Truro
Section VI: Complementary information
The Framework Agreements and any call-off contract entered into a result of this contract notice will be subject to English law and the exclusive jurisdiction of the English courts.
The Authority reserves the right not to enter into any contract as a result of this Contract notice and to vary or change or not proceed with this competition at any stage of the procurement process.
The Authority shall not be responsible for any costs incurred by any potential bidder responding to this Contract notice.
Please refer to the procurement documentation for important notices in respect of commercially sensitive information and the application of the Freedom of Information Act 2000.
Potential bidders awarded a place on the Framework Agreements as a result of this procurement process will be required to deliver works and services for the Authority and other Organisations or their statutory successors and assigns.
The Authority expects that during the term of the Framework Agreements certain elements of the arrangements may be modified. Any such modification(s) (each a “Modification”) shall be strictly in accordance with Regulation 72 of the Public Contracts Regulations 2015 and shall be effected in accordance with the change procedure set out in the conditions of the Framework Agreements.
The Authority's lotting/bidding requirements are as follows:
1) A tenderer can submit a bid for any one Lot without bidding for any other Lot;
2) if a Tenderer submits a Tender for Lot 3, that Tenderer may not submit a Tender for any other Lot;
Each potential bidder should note that if it is awarded a place or places on any of the Framework Agreements, its appointment shall not be construed or implied as giving any framework contractor exclusivity in respect of the contracts (covered by this procurement process) to be let by the Authority.
Subject to the express written consent of Cornwall Council and subject to entering into an Access Agreement with Cornwall Council, the following organisations will be permitted to procure Works and Services under the Framework Agreement:
Notwithstanding the list of permissible users set out below, members from the following specific classes of organisations within the county of Cornwall, and the City of Plymouth, Devon:
— Parish, Town and City Councils,
— County Councils,
— Unitary Authorities,
— District Councils,
— Schools (all publicly funded irrespective of status),
— Housing Associations / Housing Management Organisations,
— Police Authorities,
— Organisations within the National Health Service,
— Tertiary Colleges,
— Further and Higher Education Establishments.
The following organisations within Cornwall Council's administrative area (or their statutory successors and/or successors in title):
— Local Authority Schools,
— Foundation Schools,
— Academy Schools,
— Special Schools,
— Nursery Schools,
— PFI Schools,
— Schools with ‘Trust Status’,
— Short Stay Schools,
— Children Centres,
— Cormac (Neighbourhood Services),
— Job Centre Plus,
— Citizens Advice,
— Housing Landlord Services,
— Cornwall Council's Youth Services,
— Children Centres,
— Adult Education Facilities,
— Harbour and Fisheries,
— Cornwall (Newquay) Airport,
— Cornwall Development Company,
— Cornwall Housing,
— Tate St Ives,
— Hall for Cornwall,
— Careers South West,
— Strategic Partnership for Support Services,
— Corserv and other members of the Cornwall Council family of companies.
The following list of public sector organisations (or their statutory successors and/or successors in title):
— Plymouth City Council,
— University of Plymouth,
— Royal Cornwall Hospitals Trust,
— Devon and Cornwall Police Authority.
More information available in ITT and associated documents.
The estimate annual value of each lot solely for Cornwall Council is as follows:
Lot 1: 3 940 000 GBP.
Lot 2: 19 700 000 GBP.
Lot 3: 1 970 000 GBP.
Cornwall Council
Truro
TR1 3AY
United Kingdom