Tender

LGSS CONSTRUCTION CONSULTANCY SERVICES FRAMEWORK

LGSS

This public procurement record has 1 release in its history.

Tender

18 Nov 2016 at 20:17

Summary of the contracting process

The LGSS is seeking tenders for the "LGSS Construction Consultancy Services Framework", aimed at providing high-quality Design and Technical Consultancy Services within the construction industry. This opportunity falls under the services category and is based in Northampton, East Midlands, UK. The procurement method is open, with a tender period ending on 3rd March 2016 and a contract duration set from 4th April 2016 to 3rd April 2019, allowing for a potential one-year extension. The framework covers various consultancy services, including Project Management, Architectural, Structural and Civil Engineering, and Quantity Surveying, primarily focusing on public sector projects such as education, health, and community facilities.

This tender offers substantial business growth opportunities for firms specialising in construction consultancy, particularly those with experience in public sector projects. Businesses of all sizes, including SMEs and voluntary and community sector enterprises, are encouraged to apply for one or more of the eight lots available. Successfully engaging in this framework could lead to long-term partnerships with local government and access to a diverse range of construction projects, ultimately fostering new revenue streams and expanding service capabilities in the sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

LGSS CONSTRUCTION CONSULTANCY SERVICES FRAMEWORK

Notice Description

Applications are invited from experienced providers of Design and Technical Consultancy Services to the construction industry who can provide high quality professional services using a customer focussed approach, particularly in the Public Sector. The services to be provided are: LOT 1: Project Management with full Design and Principal Designer. LOT 2: Project Management with Quantity Surveying Services (Principal Designer as required). LOT 3: Architectural Services (Contract Administration and Principal Designer as required). LOT 4: Building Surveying Services (Contract Administration and Principal Designer as required). LOT 5: Mechanical & Electrical Engineering Services (Contract Administration and Principal Designer as required). LOT 6: Project Management Services (Contract Administration as requested). LOT 7: Quantity Surveying / Cost Consultancy Services (Contract Administration as required). LOT 8: Structural and Civil Engineering Services (Contract Administration and Principal Designer as required). The Framework Providers will be expected to work and co-operate closely with local government in-house and external design and technical consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Design and Technical Consultancy Services will be required for but not limited to education and social care, Health, Blue Light Services, Residential, community and public buildings. The Framework will cover construction works and will include, but not be limited to, new build, demolitions, capital replacements, extensions, repairs and renovation programs. Successful Framework Providers will be expected to have a demonstrable track record of providing these services for such premises and project type. Potential Providers will be appointed to the Framework through the overarching Framework Agreement and any subsequent award will also be made in accordance with the terms and conditions of the accompanying RIBA Architect or RIBA Consultant agreements, including Schedule of Amendments. The Framework will operate for a period of 36 months (from the award of the contract) with the option to extend for a further period of 12 months. It is envisaged that the maximum number of providers appointed to Lots 1 and 2 shall be three and Lots 3 8 will be 6. Interested parties are permitted to bid for a single Lot or multiple Lots. There will be no obligation on either Northamptonshire County Council or any of the other bodies to enter into call off contracts with the service providers appointed nor will any guarantee be given as to the quantity, value or regularity of call off contracts to be made. Additional information: Instructions to Suppliers: Please visit the LGSS Procurement Portal - www.lgssprocurementportal.co.uk to formally register your interest in this opportunity and to access the tender documentation.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-35677a7b-adc9-11e6-9901-0019b9f3037b
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/4656e380-9388-4f4e-9f7d-e1bbedfb4985
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

71240000 - Architectural, engineering and planning services

71243000 - Draft plans (systems and integration)

71245000 - Approval plans, working drawings and specifications

71310000 - Consultative engineering and construction services

71311000 - Civil engineering consultancy services

71312000 - Structural engineering consultancy services

71313000 - Environmental engineering consultancy services

71314300 - Energy-efficiency consultancy services

71315200 - Building consultancy services

71315210 - Building services consultancy services

71315300 - Building surveying services

71315400 - Building-inspection services

71317210 - Health and safety consultancy services

71318000 - Advisory and consultative engineering services

71324000 - Quantity surveying services

71356400 - Technical planning services

71400000 - Urban planning and landscape architectural services

71410000 - Urban planning services

71530000 - Construction consultancy services

71541000 - Construction project management services

79994000 - Contract administration services

90712000 - Environmental planning

90712100 - Urban environmental development planning

90712500 - Environmental institution building or planning

Notice Value(s)

Tender Value
£60,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Nov 20169 years ago
Submission Deadline
3 Mar 2016Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
4 Apr 2016 - 3 Apr 2019 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LGSS
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
NORTHAMPTON
Postcode
NN4 7YD
Post Town
Northampton
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF2 Leicestershire, Rutland and Northamptonshire
Small Region (ITL 3)
TLF24 West Northamptonshire
Delivery Location
TLF East Midlands (England)

Local Authority
West Northamptonshire
Electoral Ward
Nene Valley
Westminster Constituency
Northampton South

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-35677a7b-adc9-11e6-9901-0019b9f3037b-2016-11-18T20:17:21Z",
    "date": "2016-11-18T20:17:21Z",
    "ocid": "ocds-b5fd17-35677a7b-adc9-11e6-9901-0019b9f3037b",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "A2KE-6FGVBV-A76M-LYHFKY",
        "title": "LGSS CONSTRUCTION CONSULTANCY SERVICES FRAMEWORK",
        "description": "Applications are invited from experienced providers of Design and Technical Consultancy Services to the construction industry who can provide high quality professional services using a customer focussed approach, particularly in the Public Sector. The services to be provided are: LOT 1: Project Management with full Design and Principal Designer. LOT 2: Project Management with Quantity Surveying Services (Principal Designer as required). LOT 3: Architectural Services (Contract Administration and Principal Designer as required). LOT 4: Building Surveying Services (Contract Administration and Principal Designer as required). LOT 5: Mechanical & Electrical Engineering Services (Contract Administration and Principal Designer as required). LOT 6: Project Management Services (Contract Administration as requested). LOT 7: Quantity Surveying / Cost Consultancy Services (Contract Administration as required). LOT 8: Structural and Civil Engineering Services (Contract Administration and Principal Designer as required). The Framework Providers will be expected to work and co-operate closely with local government in-house and external design and technical consultants, contractors and other partner providers. All contract performance will be monitored using a set of comprehensive performance indicators. Design and Technical Consultancy Services will be required for but not limited to education and social care, Health, Blue Light Services, Residential, community and public buildings. The Framework will cover construction works and will include, but not be limited to, new build, demolitions, capital replacements, extensions, repairs and renovation programs. Successful Framework Providers will be expected to have a demonstrable track record of providing these services for such premises and project type. Potential Providers will be appointed to the Framework through the overarching Framework Agreement and any subsequent award will also be made in accordance with the terms and conditions of the accompanying RIBA Architect or RIBA Consultant agreements, including Schedule of Amendments. The Framework will operate for a period of 36 months (from the award of the contract) with the option to extend for a further period of 12 months. It is envisaged that the maximum number of providers appointed to Lots 1 and 2 shall be three and Lots 3 8 will be 6. Interested parties are permitted to bid for a single Lot or multiple Lots. There will be no obligation on either Northamptonshire County Council or any of the other bodies to enter into call off contracts with the service providers appointed nor will any guarantee be given as to the quantity, value or regularity of call off contracts to be made. Additional information: Instructions to Suppliers: Please visit the LGSS Procurement Portal - www.lgssprocurementportal.co.uk to formally register your interest in this opportunity and to access the tender documentation.",
        "datePublished": "2016-01-20T14:15:01Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71310000",
            "description": "Consultative engineering and construction services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "71311000",
                "description": "Civil engineering consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71312000",
                "description": "Structural engineering consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71314300",
                "description": "Energy-efficiency consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71315200",
                "description": "Building consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71315210",
                "description": "Building services consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71324000",
                "description": "Quantity surveying services"
            },
            {
                "scheme": "CPV",
                "id": "71530000",
                "description": "Construction consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71541000",
                "description": "Construction project management services"
            },
            {
                "scheme": "CPV",
                "id": "79994000",
                "description": "Contract administration services"
            },
            {
                "scheme": "CPV",
                "id": "71000000",
                "description": "Architectural, construction, engineering and inspection services"
            },
            {
                "scheme": "CPV",
                "id": "71313000",
                "description": "Environmental engineering consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71240000",
                "description": "Architectural, engineering and planning services"
            },
            {
                "scheme": "CPV",
                "id": "71243000",
                "description": "Draft plans (systems and integration)"
            },
            {
                "scheme": "CPV",
                "id": "71245000",
                "description": "Approval plans, working drawings and specifications"
            },
            {
                "scheme": "CPV",
                "id": "71356400",
                "description": "Technical planning services"
            },
            {
                "scheme": "CPV",
                "id": "71400000",
                "description": "Urban planning and landscape architectural services"
            },
            {
                "scheme": "CPV",
                "id": "71410000",
                "description": "Urban planning services"
            },
            {
                "scheme": "CPV",
                "id": "90712000",
                "description": "Environmental planning"
            },
            {
                "scheme": "CPV",
                "id": "90712100",
                "description": "Urban environmental development planning"
            },
            {
                "scheme": "CPV",
                "id": "90712500",
                "description": "Environmental institution building or planning"
            },
            {
                "scheme": "CPV",
                "id": "71317210",
                "description": "Health and safety consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71315300",
                "description": "Building surveying services"
            },
            {
                "scheme": "CPV",
                "id": "71315400",
                "description": "Building-inspection services"
            },
            {
                "scheme": "CPV",
                "id": "71318000",
                "description": "Advisory and consultative engineering services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "NN4 7YD"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 50000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 60000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2016-03-03T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2016-04-04T10:40:05+01:00",
            "endDate": "2019-04-03T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/4656e380-9388-4f4e-9f7d-e1bbedfb4985",
                "datePublished": "2016-01-20T14:15:01Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/uYmt5456",
            "name": "LGSS",
            "identifier": {
                "legalName": "LGSS",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/uYmt5456"
            },
            "address": {
                "streetAddress": "John Dryden House, 8 - 10 The Lakes",
                "locality": "NORTHAMPTON",
                "postalCode": "NN4 7YD",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "Northamptonshire County Council",
                "telephone": "01604 366691"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/uYmt5456",
        "name": "LGSS"
    }
}