Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2023

A Prior Information Notice
by CONSTRUCTION AND PROCUREMENT DELIVERY CPD, CONSTRUCTION DIVISION

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£-£32M
Sector
CONSTRUCTION
Published
02 Sep 2022
Delivery
not specified
Deadline
n/a

Concepts

Location

This Lot will provide construction consultancy services throughout Northern Ireland

Geochart for 1 buyers and 0 suppliers

Description

The Framework Agreement is for the provision of construction related professional services by Consultants and their supply chain, collectively referred to as an Integrated Consultant Team (ICT). The scope and nature of services will be determined by the needs of the CPD’s clients and may include the provision of services associated with construction projects of the following types:- schools, office accommodation, universities, college/teaching facilities, libraries, workshops, laboratories, forest facilities, agricultural buildings, factories, storage facilities, amenity facilities, sports facilities, arts facilities, historic buildings, business/industrial units, site/park/estates roadways, criminal justice facilities, harbour or other marine developments, landscaping, public realm and regeneration schemes. NOTE: ECONOMIC OPERATORS ARE WELCOME TO SUBMIT FEEDBACK ON THE FRAMEWORK PROPOSALS BY REPLYING TO CFT: DOF4417840 PAN GOVERNMENT INTEGRATED CONSULTANT TEAM FRAMEWORK AGREEMENT 2023 INFORMATION BULLETIN, PIN NOTICE AND REQUEST FOR FEEDBACK ON THE eTendersNI PORTAL

Lot Division

1 Major Works

Lot 1 ICT’s shall be appointed to take forward projects with an estimated works value greater than £4.4m and typically less than £30m. The ICT will prepare the tender documents to be used to appoint an Integrated Supply Team (IST) following a standalone competition publically advertised in Find a Tender. Seven consultants will be appointed to this Lot. The estimated value of the Lot is £10m over 4 years. Additional information: Only the lead consultant will be assessed as part of the Primary Competition. The lead consultant will therefore be free to select the most appropriate supply chain of sub-consultants as part of its secondary tender for each appointment. Contracts will be awarded following a Secondary Competition based on quality and price.

2 Minor Works – North

Lot 2 ICTs shall be appointed to take forward projects with an estimated works value up to £4.4m. The ISTs will be selected for invitation to tender from the CPD Construction Shortlisting System based on a rota methodology. Seven ICTs will be appointed to this Lot. The estimated value of the Lot is £6m over 4 years. Additional information: Only the ICT lead consultant will be assessed as part of the Primary Competition. The lead consultant will therefore be free to select the most appropriate supply chain of sub-consultants for its tender for each appointment. Contracts will be awarded following a Secondary Competition based on a quality and price assessment. However low value contracts are likely to be based on price only.

3 Minor Works – South

Lot 3 ICTs shall be appointed to take forward projects with an estimated works value up to £4.4m. The ISTs will be selected for invitation to tender from the CPD Construction Shortlisting System based on a rota methodology. Seven ICTs will be appointed to this Lot. The estimated value of the Lot is £6m over 4 years. Additional information: Only the ICT lead consultant will be assessed as part of the Primary Competition. The lead consultant will therefore be free to select the most appropriate supply chain of sub-consultants for its tender for each appointment. Contracts will be awarded following a Secondary Competition based on a quality and price assessment. However low value contracts are likely to be based on price only.

4 Small Works and Specialist Services - Belfast Region(Greater Belfast excluding BT4)

The ICT appointed to Lot 4 shall be appointed to take forward projects with an estimated works value of less than £500k. The construction works will usually be undertaken by an IST already appointed by CPD under a Framework Agreement. One multidisciplinary team of consultants will be appointed to this Lot. This will mean that a consistent team will be available to provide services without the need for further (secondary) competitions, with the value of orders being issued to the consultant based on the rates it tendered in the Primary Competition. The consultant will also be required to provide specialist services as may be required from time to time, such as providing dilapidation reports, condition surveys, BREEAM assessors, traffic surveys, ecological surveys, energy assessment, fire safety support, radon specialist, etc. for those projects where a Lot 1, Lot 2 or Lot 3 consultant has not been appointed. When the need arises, the ICT for small works and specialist services may be tendered amongst the three consultants for Lots 4, 5 and 6 using a simple and efficient methodology based on standard documents and based on price only or price and quality. The estimated value of the Lot is £2m. Additional information: The lead consultant and its full multidisciplinary team will be assessed as part of the Primary Competition. The consultant will be required to use the same sub-consultants to provide the services for each individual project for the duration of the Framework Agreement.

5 Small Works and Specialist Services – North Region

The ICT appointed to Lot 5 shall be appointed to take forward projects with an estimated works value of less than £500k. The construction works will usually be undertaken by an IST already appointed by CPD under a Framework Agreement. One multidisciplinary team of consultants will be appointed to this Lot. This will mean that a consistent team will be available to provide services without the need for further (secondary) competitions, with the value of orders being issued to the consultant based on the rates it tendered in the Primary Competition. The consultant will also be required to provide specialist services as may be required from time to time, such as providing dilapidation reports, condition surveys, BREEAM assessors, traffic surveys, ecological surveys, energy assessment, fire safety support, radon specialist, etc. for those projects where a Lot 1, Lot 2 or Lot 3 consultant has not been appointed. When the need arises, the ICT for small works and specialist services may be tendered amongst the three consultants for Lots 4, 5 and 6 using a simple and efficient methodology based on standard documents and based on price only or price and quality. The estimated value of the Lot is £2m. Additional information: The lead consultant and its full multidisciplinary team will be assessed as part of the Primary Competition. The consultant will be required to use the same sub-consultants to provide the services for each individual project for the duration of the Framework Agreement.

6 Small Works and Specialist Services – South Region

The ICT appointed to Lot 6 shall be appointed to take forward projects with an estimated works value of less than £500k. The construction works will usually be undertaken by an IST already appointed by CPD under a Framework Agreement. One multidisciplinary team of consultants will be appointed to this Lot. This will mean that a consistent team will be available to provide services without the need for further (secondary) competitions, with the value of orders being issued to the consultant based on the rates it tendered in the Primary Competition. The consultant will also be required to provide specialist services as may be required from time to time, such as providing dilapidation reports, condition surveys, BREEAM assessors, traffic surveys, ecological surveys, energy assessment, fire safety support, radon specialist, etc. for those projects where a Lot 1, Lot 2 or Lot 3 consultant has not been appointed. When the need arises, the ICT for small works and specialist services may be tendered amongst the three consultants for Lots 4, 5 and 6 using a simple and efficient methodology based on standard documents and based on price only or price and quality. The estimated value of the Lot is £2m. Additional information: The lead consultant and its full multidisciplinary team will be assessed as part of the Primary Competition. The consultant will be required to use the same sub-consultants to provide the services for each individual project for the duration of the Framework Agreement.

CPV Codes

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71300000 - Engineering services
  • 71324000 - Quantity surveying services
  • 71541000 - Construction project management services
  • 71200000 - Architectural and related services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71334000 - Mechanical and electrical engineering services

Indicators

  • Restrictions apply to the lot award allocation.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Since a minimum of 14 and a maximum of 24 Economic Operators will be appointed to the Framework Agreement the procurement will be based on the open procedure. This means that there will be no prequalification stage and consultants will be required to respond to the opportunity with details of their experience (Stage 1) and their tender offer (Stage 2). All consultants which satisfy the minimum standards set for experience will progress to Stage 2 at which point their tender will be assessed. Tenders will be assessed on the basis of quality and price. The Quality Price ratio for Lot 1, 2 and 3 will be 80% quality and 20% price. The Quality Price ratio for Lot 4, 5 and 6 will be 60% quality and 40% price. The tenderers with the highest combined score will be appointed to each of the Lots in turn. For the Primary Competition the price will be converted to a score using the following methodology. It is anticipated that the Find a Tender notice will issue in October 2022 and that the new Framework Agreement will be awarded before April 2023. CPD welcomes feedback from prospective Economic Operators on the proposals set out in the attached Information Bulletin. Comments should be returned within the attached questionnaire not later than 22 September 2022 using the functionality within the eTendersNI portal.

Reference

Domains