Published date: 16 September 2016
This notice was replaced on 16 September 2016
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 1 June 2017, last edited 1 June 2017)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Architectural, construction, engineering and inspection services - 71000000
Procurement consultancy services - 79418000
Design support services - 79933000
Environmental planning - 90712000
Services related to water pollution - 90733000
Location of contract
Any region
Value of contract
£1,612,000,000 to £2,875,000,000
Procurement reference
RM3741
Published date
16 September 2016
Closing date
21 October 2016
Contract start date
29 March 2017
Contract end date
28 March 2019
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
Crown Commercial Service as the Authority is putting in place a Pan Government Framework Agreement for use by UK public sector bodies identified at VI.3.
The Framework Agreement will provide Public Sector Bodies with Project Management and Full Design Team Services as part of a multi-disciplinary team, or to call off individual disciplines, as required.
The duration of this Framework Agreement is for a two (2) year period with two (2) options to extend, each for a period of one (1) year in duration, up to a maximum four (4) year term in total.
The Framework Agreement will be divided into six (6) Lots:
- Lot 1 - Multi-Disciplinary Services. This Lot will be awarded to 15 successful Potential Providers.
- Lot 2 - Project Management Services. This Lot will be awarded to 10 successful Potential Providers.
- Lot 3 - Architectural Services. This Lot will be awarded to 10 successful Potential Providers.
- Lot 4 - Cost Management Services. This Lot will be awarded to 10 successful Potential Providers.
- Lot 5 - Civil & Structural Engineering Services. This Lot will be awarded to 10 successful Potential Providers.
- Lot 6 - Building Services Engineering. This Lot will be awarded to 10 successful Potential Providers.
A detailed description of the Services that the Potential Provider will be required to supply under this Framework Agreement are set out in full, in Framework Schedule 2: Part A: Services.
Potential Providers are permitted to bid for all Lots however, there are restrictions on the number of Lots a Potential Provider may be appointed to. Potential Providers can be appointed to either:-
- Lot 1 - Multi-Disciplinary Services and a maximum of two (2) of the single disciplinary Lots (Lot 2, Lot 3, Lot 4, Lot 5 and Lot 6); or
- All of the single disciplinary Lots (Lot 2, Lot 3, Lot 4, Lot 5 and Lot 6) but not Lot 1 - Multi-Disciplinary Services, as referred to at paragraph 2.3 of ITT.
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 does not apply at Framework level, but may apply at Call Off Contract level. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in particular circumstances of the contract and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence exercise. In the event that TUPE applies in respect of a Call Off Agreement, Contracting Authorities will provide relevant information as part of a Further Competition Process.
Cyber Essentials is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services.
The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme.
Further details of the Cyber Essential Scheme may be found here:
https://www.cyberstreetwise.com/cyberessentials/
Further details in PPN 09/14.
More information
Attachments
-
- Attachment 5a - Framework Schedule 4a Template Call Off Agreement (NEC3 PSC) - Version 1.pdf
- Attachment 5a - Framework Schedule 4a Template Call Off Agreement (NEC3 PSC) - Version 1
-
- Attachment 3 - Award Questionnaire - Version 1.pdf
- Attachment 3 - Award Questionnaire - Version 1
-
- Attachment 9c - Annex C- Data and Personnel Security Mandatory Requirements - Version 1.pdf
- Attachment 9c - Annex C- Data and Personnel Security Mandatory Requirements - Version 1
-
- Attachment 7 - Declaration of Compliance - Version 1.pdf
- Attachment 7 - Declaration of Compliance - Version 1
-
- Attachment 1 - Invitation to Tender - Version 1.pdf
- Attachment 1 - Invitation to Tender - Version 1
-
- Attachment 18a - Annex B to Price Model Instructions and Evaluation Process - Version 1.xlsx
- Attachment 18a - Annex B to Price Model Instructions and Evaluation Process - Version 1
-
- Attachment 5b - Framework Schedule 4b Template Call Off Agreement - Version 1.pdf
- Attachment 5b - Framework Schedule 4b Template Call Off Agreement - Version 1
-
- Attachment 17 - Framework Population Template - Version 1.pdf
- Attachment 17 - Framework Population Template - Version 1
-
- Attachment 13 - Lot 4 Pricing Model - Version 1.zip
- Attachment 13 - Lot 4 Pricing Model - Version 1
-
- Attachment 18 - Price Model and Price Evaluation Guidance - Version 1.pdf
- Attachment 18 - Price Model and Price Evaluation Guidance - Version 1
-
- Attachment 9d - Annex D - RIBA Work Plan Stage Definitions - Version 1.pdf
- Attachment 9d - Annex D - RIBA Work Plan Stage Definitions - Version 1
-
- Attachment 10 - Lot 1 Pricing Model - Version 1.zip
- Attachment 10 - Lot 1 Pricing Model - Version 1
-
- Attachment 20 Supplier Guidance Document Version 1.docx
- Attachment 20 Supplier Guidance Document Version 1
-
- Attachment 8 - Financial Assessment Template - Version 1.xlsx
- Attachment 8 - Financial Assessment Template - Version 1
-
- Attachment 9a - Annex A - Schedule of Services - Version 1.xlsx
- Attachment 9a - Annex A - Schedule of Services - Version 1
-
- Attachment 2 - Participation Requirements and Selection Questionnaire and Guidance - Version 1.pdf
- Attachment 2 - Participation Requirements and Selection Questionnaire and Guidance - Version 1
-
- Attachment 11 - Lot 2 Pricing Model - Version 1.zip
- Attachment 11 - Lot 2 Pricing Model - Version 1
-
- Attachment 19 - Call Off Agreements KPIs - Version 1.xlsx
- Attachment 19 - Call Off Agreements KPIs - Version 1
-
- Attachment 6 - Terms of Participation - Version 1.pdf
- Attachment 6 - Terms of Participation - Version 1
-
- Attachment 4 - Framework Agreement - Version 1.pdf
- Attachment 4 - Framework Agreement - Version 1
-
- 2016-OJS180-323830-en.pdf
- 2016-OJS180-323830-en
-
- Attachment 15 - Lot 6 Pricing Model - Version 1.zip
- Attachment 15 - Lot 6 Pricing Model - Version 1
-
- Attachment 9 - Framework Schedule 2 Services and Key Performance Indicators - Version 1.pdf
- Attachment 9 - Framework Schedule 2 Services and Key Performance Indicators - Version 1
-
- Attachment 16 - Management Information Template - Version 1.xls
- Attachment 16 - Management Information Template - Version 1
-
- Attachment 14 - Lot 5 Pricing Model - Version 1.zip
- Attachment 14 - Lot 5 Pricing Model - Version 1
-
- Attachment 12 - Lot 3 Pricing Model - Version 1.zip
- Attachment 12 - Lot 3 Pricing Model - Version 1
-
- Attachment 9b - RM3741 Annex B - Qualifications & Experience - Version 1.xlsx
- Attachment 9b - RM3741 Annex B - Qualifications & Experience - Version 1
Additional text
-
This Procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this Procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, please go online to:
https://gpsesourcing.cabinetoffice.gov.uk
you can then access the link 'Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
Full instructions for registration and use of the system can be found at:
https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing
ExpressionOfInterest@crowncommercial.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered Potential Provider; and, the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to the e-Sourcing Suite (Emptoris) email messaging service, which facilitates all messages sent to you, and from you, in relation to any specific RFX event. Please note, it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email:
eEnablement@crowncommercial.gov.uk
A full copy of the ITT documentation for this Procurement will be available for unrestricted and full direct access, free of charge, via Crown Commercial Service website from the date of this publication of the Contract Notice:
http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline
About the buyer
Address
9th Floor, The Capital
Old Hall Street
Liverpool
L3 9PP
England
Telephone
0345 010 3503
supplier@crowncommecial.gov.uk
Website
Share this notice