Award

Built Environment Professional Services 2 Framework (BEPS2)

CORNWALL COUNCIL

This public procurement record has 3 releases in its history.

Award

13 Mar 2024 at 12:49

TenderUpdate

12 Jun 2023 at 15:28

Tender

28 Apr 2023 at 16:00

Summary of the contracting process

Cornwall Council has completed the hiring process for Built Environment Professional Services 2 Framework (BEPS2). This procurement aimed to secure services for architectural, construction, engineering, and inspection needs. The Council needed a consultant to manage capital projects from RIBA 0 to RIBA 7, covering various disciplines. The framework required multi-disciplinary design support and focused on involving a local sub-consultant supply chain. The Council shifted to an outsourced delivery model, with a strong emphasis on commissioning. Bids were evaluated based on quality, social value, and price criteria.

This tender by Cornwall Council presents an opportunity for consultants specialising in the built environment to engage in long-term project collaboration. The successful bidder would need to demonstrate not only technical expertise but also the ability to align with the council's capital programme ambitions. With the new operating model primarily outsourcing project delivery, businesses with experience in architectural, construction, engineering, and related services stand to benefit the most. The contract duration is set at four years, allowing for a potential renewal for further engagements beyond the initial period.

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

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

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

ARCADIS

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-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
            }
        ]
    }
}