Notice Information
Notice Title
Built Environment Professional Services 2 Framework (BEPS2)
Notice Description
Cornwall Council needs to ensure it has access to all the relevant skills required for the professional development and management of its annual Capital programme which in turn is key to successful delivery across its Outcome Delivery Priorities and is seeking to appoint a single consultant to a Framework Agreement to be accountable and responsible for the delivery of capital projects for the Council from RIBA 0 to RIBA 7. The framework will be used to undertake services relating to the built environment that will require multi-disciplinary design support covering, Architecture, Civil Engineering, Structural Engineering and Mechanical & Electrical Engineering. Also, Development Management, Project Management, Cost Management, Site Supervision, Health and Safety Assessment. We are seeking bids to appoint a single consultant who is capable, under NEC3/4, JCT or other forms of contract as required, of carrying out services on behalf of the Council, and may be asked to provide works and services for all departments and wholly owned companies of the Council. This procurement process is designed to enable Cornwall Council to have access to all of the services necessary to support construction and civil engineering projects. The winning bidder will need to be supported by a predominantly locally based sub-consultant supply chain. And will need to demonstrate access to sufficient appropriate resources required to meet the council's capital programme ambitions. The new operating model within the council sees a move away from the previously adopted hybrid model utilising internal and external resources for delivery, to an entirely outsourced delivery model with council staff focussed on commissioning. The development of projects will usually be aligned to the RIBA Plan of Works 2020 with formal go/no go Gateways at the end of each stage. The Consultant shall ensure that all tasks required by the Call-off Contract for the delivery of a Project are carried out by a professional with the appropriate skills, knowledge, training and experience as proportionate to the scale, size and general nature of the project. Outside of the requirements of the individual Call-Off Contracts the Consultant shall ensure that there is an appropriate programme structure in place to manage the likely workload of the Framework including the interdependencies between projects It will be the responsibility of the Consultant to determine the optimum resourcing requirements and the appropriate members of staff to utilise on any given project and it is the responsibility of the Consultant to ensure they employ persons with the correct skills, experience, qualifications and professional accreditations to effectively deliver the Scope without support from the Client.
Lot Information
Lot 1
Cornwall Council needs to ensure it has access to all the relevant skills required for the professional development and management of its annual Capital programme which in turn is key to successful delivery across its Outcome Delivery Priorities and is seeking to appoint a single consultant to a Framework Agreement to be accountable and responsible for the delivery of capital projects for the Council from RIBA 0 to RIBA 7. The framework will be used to undertake services relating to the built environment that will require multi-disciplinary design support covering, Architecture, Civil Engineering, Structural Engineering and Mechanical & Electrical Engineering. Also, Development Management, Project Management, Cost Management, Site Supervision, Health and Safety Assessment. We are seeking bids to appoint a single consultant who is capable, under NEC3/4, JCT or other forms of contract as required, of carrying out services on behalf of the Council, and may be asked to provide works and services for all departments and wholly owned companies of the Council. This procurement process is designed to enable Cornwall Council to have access to all of the services necessary to support construction and civil engineering projects. The winning bidder will need to be supported by a predominantly locally based sub-consultant supply chain. And will need to demonstrate access to sufficient appropriate resources required to meet the council's capital programme ambitions. The new operating model within the council sees a move away from the previously adopted hybrid model utilising internal and external resources for delivery, to an entirely outsourced delivery model with council staff focussed on commissioning. The development of projects will usually be aligned to the RIBA Plan of Works 2020 with formal go/no go Gateways at the end of each stage. The Consultant shall ensure that all tasks required by the Call-off Contract for the delivery of a Project are carried out by a professional with the appropriate skills, knowledge, training and experience as proportionate to the scale, size and general nature of the project. Outside of the requirements of the individual Call-Off Contracts the Consultant shall ensure that there is an appropriate programme structure in place to manage the likely workload of the Framework including the interdependencies between projects It will be the responsibility of the Consultant to determine the optimum resourcing requirements and the appropriate members of staff to utilise on any given project and it is the responsibility of the Consultant to ensure they employ persons with the correct skills, experience, qualifications and professional accreditations to effectively deliver the Scope without support from the Client.
Renewal: 1x 4 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03c559
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008023-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
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
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £100,000,000 £100M-£1B
Notice Dates
- Publication Date
- 13 Mar 20241 years ago
- Submission Deadline
- 23 Jun 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 31 Dec 20232 years ago
- Contract Period
- 1 Oct 2023 - 1 Oct 2027 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CORNWALL COUNCIL
- Contact Name
- Angela Stevens
- Contact Email
- james.howarth@cornwall.gov.uk
- Contact Phone
- +44 1872324971
Buyer Location
- Locality
- TRURO
- Postcode
- TR1 3AY
- Post Town
- Truro
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK3 Cornwall and Isles of Scilly
- Small Region (ITL 3)
- TLK30 Cornwall and Isles of Scilly
- Delivery Location
- TLK30 Cornwall and Isles of Scilly
-
- Local Authority
- Cornwall
- Electoral Ward
- Truro Boscawen & Redannick
- Westminster Constituency
- Truro and Falmouth
Further Information
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-h6vhtk-03c559-2024-03-13T12:49:32Z",
"date": "2024-03-13T12:49:32Z",
"ocid": "ocds-h6vhtk-03c559",
"initiationType": "tender",
"tender": {
"id": "DN636669",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Built Environment Professional Services 2 Framework (BEPS2)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"mainProcurementCategory": "services",
"description": "Cornwall Council needs to ensure it has access to all the relevant skills required for the professional development and management of its annual Capital programme which in turn is key to successful delivery across its Outcome Delivery Priorities and is seeking to appoint a single consultant to a Framework Agreement to be accountable and responsible for the delivery of capital projects for the Council from RIBA 0 to RIBA 7. The framework will be used to undertake services relating to the built environment that will require multi-disciplinary design support covering, Architecture, Civil Engineering, Structural Engineering and Mechanical & Electrical Engineering. Also, Development Management, Project Management, Cost Management, Site Supervision, Health and Safety Assessment. We are seeking bids to appoint a single consultant who is capable, under NEC3/4, JCT or other forms of contract as required, of carrying out services on behalf of the Council, and may be asked to provide works and services for all departments and wholly owned companies of the Council. This procurement process is designed to enable Cornwall Council to have access to all of the services necessary to support construction and civil engineering projects. The winning bidder will need to be supported by a predominantly locally based sub-consultant supply chain. And will need to demonstrate access to sufficient appropriate resources required to meet the council's capital programme ambitions. The new operating model within the council sees a move away from the previously adopted hybrid model utilising internal and external resources for delivery, to an entirely outsourced delivery model with council staff focussed on commissioning. The development of projects will usually be aligned to the RIBA Plan of Works 2020 with formal go/no go Gateways at the end of each stage. The Consultant shall ensure that all tasks required by the Call-off Contract for the delivery of a Project are carried out by a professional with the appropriate skills, knowledge, training and experience as proportionate to the scale, size and general nature of the project. Outside of the requirements of the individual Call-Off Contracts the Consultant shall ensure that there is an appropriate programme structure in place to manage the likely workload of the Framework including the interdependencies between projects It will be the responsibility of the Consultant to determine the optimum resourcing requirements and the appropriate members of staff to utilise on any given project and it is the responsibility of the Consultant to ensure they employ persons with the correct skills, experience, qualifications and professional accreditations to effectively deliver the Scope without support from the Client.",
"lots": [
{
"id": "1",
"description": "Cornwall Council needs to ensure it has access to all the relevant skills required for the professional development and management of its annual Capital programme which in turn is key to successful delivery across its Outcome Delivery Priorities and is seeking to appoint a single consultant to a Framework Agreement to be accountable and responsible for the delivery of capital projects for the Council from RIBA 0 to RIBA 7. The framework will be used to undertake services relating to the built environment that will require multi-disciplinary design support covering, Architecture, Civil Engineering, Structural Engineering and Mechanical & Electrical Engineering. Also, Development Management, Project Management, Cost Management, Site Supervision, Health and Safety Assessment. We are seeking bids to appoint a single consultant who is capable, under NEC3/4, JCT or other forms of contract as required, of carrying out services on behalf of the Council, and may be asked to provide works and services for all departments and wholly owned companies of the Council. This procurement process is designed to enable Cornwall Council to have access to all of the services necessary to support construction and civil engineering projects. The winning bidder will need to be supported by a predominantly locally based sub-consultant supply chain. And will need to demonstrate access to sufficient appropriate resources required to meet the council's capital programme ambitions. The new operating model within the council sees a move away from the previously adopted hybrid model utilising internal and external resources for delivery, to an entirely outsourced delivery model with council staff focussed on commissioning. The development of projects will usually be aligned to the RIBA Plan of Works 2020 with formal go/no go Gateways at the end of each stage. The Consultant shall ensure that all tasks required by the Call-off Contract for the delivery of a Project are carried out by a professional with the appropriate skills, knowledge, training and experience as proportionate to the scale, size and general nature of the project. Outside of the requirements of the individual Call-Off Contracts the Consultant shall ensure that there is an appropriate programme structure in place to manage the likely workload of the Framework including the interdependencies between projects It will be the responsibility of the Consultant to determine the optimum resourcing requirements and the appropriate members of staff to utilise on any given project and it is the responsibility of the Consultant to ensure they employ persons with the correct skills, experience, qualifications and professional accreditations to effectively deliver the Scope without support from the Client.",
"contractPeriod": {
"startDate": "2023-10-02T00:00:00+01:00",
"endDate": "2027-10-01T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "1x 4 years"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "55"
},
{
"name": "Social Value",
"type": "quality",
"description": "15"
},
{
"type": "price",
"description": "35"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKK30"
},
{
"region": "UKK30"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=b29b241e-07e5-ed11-8121-005056b64545",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "The Framework duration will be 8 years, with project delivery continuing for some years after. The regulations allow for the usual 4 years to exceed in exceptional cases duly justified, in particular by the subject matter of the framework agreement. Advice from Crown Commercial Services is that construction related contracts meet this test, pointing to the requirements of the Construction Playbook."
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-06-23T17:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2023-06-26T07:00:00+01:00"
},
"bidOpening": {
"date": "2023-06-26T07:00:00+01:00"
},
"hasRecurrence": true,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-06-23T17:00:00+01:00"
},
"newValue": {
"date": "2023-07-07T17:00:00+01:00"
},
"where": {
"section": "IV.2.2"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-215",
"name": "Cornwall Council",
"identifier": {
"legalName": "Cornwall Council"
},
"address": {
"streetAddress": "County Hall, Treyew Road",
"locality": "Truro",
"region": "UKK30",
"postalCode": "TR1 3AY",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Angela Stevens",
"telephone": "+44 1872324971",
"email": "james.howarth@cornwall.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=b29b241e-07e5-ed11-8121-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.cornwall.gov.uk",
"buyerProfile": "http://www.cornwall.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-217",
"name": "Cornwall Council",
"identifier": {
"legalName": "Cornwall Council"
},
"address": {
"locality": "Truro",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-23624",
"name": "Arcadis LLP",
"identifier": {
"legalName": "Arcadis LLP"
},
"address": {
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-215",
"name": "Cornwall Council"
},
"language": "en",
"awards": [
{
"id": "008023-2024-CB/068356-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-23624",
"name": "Arcadis LLP"
}
]
}
],
"contracts": [
{
"id": "008023-2024-CB/068356-1",
"awardID": "008023-2024-CB/068356-1",
"status": "active",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"dateSigned": "2023-12-31T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}