Notice Information
Notice Title
21 084 Construction related Consultancy Services
Notice Description
Cheshire East Borough Borough Council intends to create a consultants Framework for the provision of construction related professional services. This Framework is to deliver construction related professional services to all internal departments and any organisation that Cheshire East Borough Council is associated with, to include its wholly owned companies, schools, academies, parish/town councils. The overall objective of the framework is to support the Council to deliver their revenue and capital programmes by; * Providing professional expertise on construction related projects, * Providing capacity and skills that allows flexibility where necessary to support existing Council services * Providing cost certainty * Standardise and streamline processes with continuous feedback and performance improvements with regards to external resource * Realise efficiencies through knowledge sharing and monitoring & management of performance in terms of cost and quality Estimated Value range: Min 1,930,000 to anticipated max 2,910,000, exceptional max 3,500,000 GBP. The anticipated minimum/maximum values are the value ranges that are expected to be achieved through the framework. For Public Contract Regulations 2015 (PCR's) threshold purposes the maximum value noted will be the "Exceptional Maximum". This value has been included to cover unforeseen works but it is not the expected maximum value. Suppliers can bid for one or more of the above Lots. The Council has awarded to the top scoring 3 tenders from each Lot (of the ITT responses) a position on the framework. The majority of the works will be new build construction, extension, refurbishment and remodelling projects.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-d4e8ab2b-e600-474a-ab98-dc23612359bb
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/cace5600-e209-496b-87bc-b2a210d6d572
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- SME
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
Notice Value(s)
- Tender Value
- £3,500,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- £35,000,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Dec 20223 years ago
- Submission Deadline
- 31 Aug 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Nov 20223 years ago
- Contract Period
- 30 Nov 2022 - 29 Nov 2025 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CHESHIRE EAST BOROUGH COUNCIL
- Contact Name
- Janet Ellison-Jones
- Contact Email
- janet.ellison-jones@cheshireeast.gov.uk
- Contact Phone
- +44 1270686456
Buyer Location
- Locality
- SANDBACH
- Postcode
- CW11 1HZ
- Post Town
- Crewe
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD62 Cheshire East
- Delivery Location
- Not specified
-
- Local Authority
- Cheshire East
- Electoral Ward
- Sandbach Town
- Westminster Constituency
- Congleton
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/cace5600-e209-496b-87bc-b2a210d6d572
16th December 2022 - Awarded contract notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-d4e8ab2b-e600-474a-ab98-dc23612359bb-2022-12-16T15:27:35Z",
"date": "2022-12-16T15:27:35Z",
"ocid": "ocds-b5fd17-d4e8ab2b-e600-474a-ab98-dc23612359bb",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CHEAST001-DN586436-49327713",
"title": "21 084 Construction related Consultancy Services",
"description": "Cheshire East Borough Borough Council intends to create a consultants Framework for the provision of construction related professional services. This Framework is to deliver construction related professional services to all internal departments and any organisation that Cheshire East Borough Council is associated with, to include its wholly owned companies, schools, academies, parish/town councils. The overall objective of the framework is to support the Council to deliver their revenue and capital programmes by; * Providing professional expertise on construction related projects, * Providing capacity and skills that allows flexibility where necessary to support existing Council services * Providing cost certainty * Standardise and streamline processes with continuous feedback and performance improvements with regards to external resource * Realise efficiencies through knowledge sharing and monitoring & management of performance in terms of cost and quality Estimated Value range: Min 1,930,000 to anticipated max 2,910,000, exceptional max 3,500,000 GBP. The anticipated minimum/maximum values are the value ranges that are expected to be achieved through the framework. For Public Contract Regulations 2015 (PCR's) threshold purposes the maximum value noted will be the \"Exceptional Maximum\". This value has been included to cover unforeseen works but it is not the expected maximum value. Suppliers can bid for one or more of the above Lots. The Council has awarded to the top scoring 3 tenders from each Lot (of the ITT responses) a position on the framework. The majority of the works will be new build construction, extension, refurbishment and remodelling projects.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "CW11 1HZ"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 1930000,
"currency": "GBP"
},
"value": {
"amount": 3500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2022-08-31T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2022-11-30T00:00:00Z",
"endDate": "2025-10-29T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-51313",
"name": "Cheshire East Borough Council",
"identifier": {
"legalName": "Cheshire East Borough Council"
},
"address": {
"streetAddress": "Westfields, Middlewich Road",
"locality": "Sandbach",
"postalCode": "CW11 1HZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Janet Ellison-Jones",
"email": "janet.ellison-jones@cheshireeast.gov.uk",
"telephone": "+44 1270686456"
},
"details": {
"url": "http://www.cheshireeast.gov.uk/"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-230570",
"name": "Halliday Meecham Architects Limited",
"identifier": {
"legalName": "Halliday Meecham Architects Limited"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230571",
"name": "Cunliffes Ltd",
"identifier": {
"legalName": "Cunliffes Ltd"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230572",
"name": "Halsall Lloyd LLP",
"identifier": {
"legalName": "Halsall Lloyd LLP"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230573",
"name": "GLD Technical Consulting Ltd",
"identifier": {
"legalName": "GLD Technical Consulting Ltd"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230574",
"name": "Waldeck Associates Limited",
"identifier": {
"legalName": "Waldeck Associates Limited"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230575",
"name": "ECS Consultants Limited",
"identifier": {
"legalName": "ECS Consultants Limited"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230576",
"name": "Currie & Brown UK Limited",
"identifier": {
"legalName": "Currie & Brown UK Limited"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230577",
"name": "Gateley Vinden Limited",
"identifier": {
"legalName": "Gateley Vinden Limited"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230578",
"name": "Long O Donnell Associates Limited",
"identifier": {
"legalName": "Long O Donnell Associates Limited"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230579",
"name": "Sutcliffe Projects Ltd",
"identifier": {
"legalName": "Sutcliffe Projects Ltd"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230580",
"name": "Wilde Consultants Ltd",
"identifier": {
"legalName": "Wilde Consultants Ltd"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230581",
"name": "Curtins Consulting Limited",
"identifier": {
"legalName": "Curtins Consulting Limited"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230582",
"name": "David Trowler",
"identifier": {
"legalName": "David Trowler"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230583",
"name": "AHR Building Consultancy Ltd",
"identifier": {
"legalName": "AHR Building Consultancy Ltd"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230584",
"name": "Purcell Architecture Limited",
"identifier": {
"legalName": "Purcell Architecture Limited"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230585",
"name": "Buttress Architects Ltd",
"identifier": {
"legalName": "Buttress Architects Ltd"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230586",
"name": "The Environment Partnership (TEP) Limited",
"identifier": {
"legalName": "The Environment Partnership (TEP) Limited"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230587",
"name": "RSK Environment Limited",
"identifier": {
"legalName": "RSK Environment Limited"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-230588",
"name": "Wardell Armstrong LLP",
"identifier": {
"legalName": "Wardell Armstrong LLP"
},
"address": {
"streetAddress": "xxx"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-51313",
"name": "Cheshire East Borough Council"
},
"awards": [
{
"id": "ocds-b5fd17-d4e8ab2b-e600-474a-ab98-dc23612359bb-1",
"status": "active",
"date": "2022-11-28T00:00:00Z",
"datePublished": "2022-12-16T15:27:32Z",
"value": {
"amount": 35000000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-230570",
"name": "Halliday Meecham Architects Limited"
},
{
"id": "GB-CFS-230571",
"name": "Cunliffes Ltd"
},
{
"id": "GB-CFS-230572",
"name": "Halsall Lloyd LLP"
},
{
"id": "GB-CFS-230573",
"name": "GLD Technical Consulting Ltd"
},
{
"id": "GB-CFS-230574",
"name": "Waldeck Associates Limited"
},
{
"id": "GB-CFS-230575",
"name": "ECS Consultants Limited"
},
{
"id": "GB-CFS-230576",
"name": "Currie & Brown UK Limited"
},
{
"id": "GB-CFS-230577",
"name": "Gateley Vinden Limited"
},
{
"id": "GB-CFS-230578",
"name": "Long O Donnell Associates Limited"
},
{
"id": "GB-CFS-230579",
"name": "Sutcliffe Projects Ltd"
},
{
"id": "GB-CFS-230580",
"name": "Wilde Consultants Ltd"
},
{
"id": "GB-CFS-230581",
"name": "Curtins Consulting Limited"
},
{
"id": "GB-CFS-230582",
"name": "David Trowler"
},
{
"id": "GB-CFS-230583",
"name": "AHR Building Consultancy Ltd"
},
{
"id": "GB-CFS-230584",
"name": "Purcell Architecture Limited"
},
{
"id": "GB-CFS-230585",
"name": "Buttress Architects Ltd"
},
{
"id": "GB-CFS-230586",
"name": "The Environment Partnership (TEP) Limited"
},
{
"id": "GB-CFS-230587",
"name": "RSK Environment Limited"
},
{
"id": "GB-CFS-230588",
"name": "Wardell Armstrong LLP"
}
],
"contractPeriod": {
"startDate": "2022-11-30T00:00:00Z",
"endDate": "2025-11-29T23:59:59Z"
},
"description": "Halliday Meecham Architects Limited: Lot 1 - Architectural Services - Rank 1 Cunliffes Ltd: Lot 1 - Architectural Services - rank 2 Halsall Lloyd LLP: Lot 1 - Architectural Services - rank 3 GLD Technical Consulting Ltd: Lot 2 - Building Services Engineering - rank 1 Waldeck Associates Limited: Lot 2 - Building Services Engineering rank 2 ECS Consultants Limited: Lot 2 - Building Services Engineering - rank 3 Currie & Brown UK Limited: Lot 3 - Quantity Surveying Services - rank 1 Gateley Vinden Limited: Lot 3 - Quantity Surveying Services - rank 2 Long O Donnell Associates Limited: Lot 3 - Quantity Surveying Services - rank 3 Sutcliffe Projects Ltd: Lot 4 - Structural Engineering Services - rank 1 Wilde Consultants Ltd: Lot 4 - Structural Engineering Services - rank 2 Curtins Consulting Limited: Lot 4 - Structural Engineering Services - rank 3 David Trowler: Lot 5 - Building Surveying Services - rank 1 Currie & Brown UK Limited: Lot 5 - Building Surveying Services - rank 2 AHR Building Consultancy Ltd: Lot 5 - Building Surveying Services - rank 3 Purcell Architecture Limited: Lot 6 - Heritage Architectural Services - rank 1 Buttress Architects Ltd: Lot 6 - Heritage Architectural Services - rank 2 Halsall Lloyd LLP: Lot 6 - Heritage Architectural Services - rank 3 David Trowler: Lot 7 - CDM Client Advisor Services - rank 1 AHR Building Consultancy Ltd: Lot 7 - CDM Client Advisor Services - rank 2 Waldeck Associates Limited: Lot 7 - CDM Client Advisor Services - rank 3 The Environment Partnership (TEP) Limited: Lot 8 - Environmental and Engineering Consultancy Services - rank 1 RSK Environment Limited: Lot 8 - Environmental and Engineering Consultancy Services - rank 2 Wardell Armstrong LLP: Lot 8 - Environmental and Engineering Consultancy Services - rank 3",
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/cace5600-e209-496b-87bc-b2a210d6d572",
"datePublished": "2022-12-16T15:27:32Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "Award",
"url": "https://procontract.due-north.com/Advert?advertId=fcc66b8e-c95c-ec11-8110-005056b64545"
}
]
}
]
}