Closed

Coastal, Flood and Infrastructure Professional Services Framework Agreement: Southern Coastal Group and SCOPAC (covering England)

Descriptions

Portsmouth City Council ('the council') on behalf of the Southern Coastal Group (SCG) and SCOPAC (the Regional Coastal Group for central southern England), is inviting requests to participate, from suitably qualified consultants for inclusion onto a multi-supplier Coastal, Flood & Infrastructure Professional Services Framework Agreement. , The framework is due to be awarded on 29th October 2021 and will run for a period of four years until 28th October 2025. The established framework will consist of six suppliers split over two tiers. Tier 1 will consist of 3-4 suppliers. Tier 2 will consist of 2-3 suppliers and will act as a contingency resource., Supplier rankings and tiering may be altered up or down by performance scores achieved for framework projects or via the use of an in-term non-standard re-tiering / re-ranking mini-competition call off procedure. , Tier 1 suppliers who routinely do not bid for projects and/or who routinely submit uncompetitive bids may be demoted to Tier 2, following a framework performance review with the supplier., All suppliers must have the ability to provide comprehensive multi-disciplinary services within the role of lead consultant. A non-exhaustive list of the essential core and optional non-core services that may be sourced via the framework agreement is stated below:, Suppliers must be able to provide appraisal, technical engineering, design, project management, consultancy, support and staff secondment in relation to the following 'Essential' and 'Wider Essential' disciplines: , ESSENTIAL COMPETENCIES, •Flood & Coastal Erosion Risk Management, •Flood Risk Management and Modelling, •Coastal Engineering, •Coastal Processes, •Fluvial and Pluvial Flooding, •Surface Water Management, WIDER ESSENTIAL COMPETENCIES , •Drainage Engineering, •Groundwater Flooding, •Highway Engineering, •Structural Engineering, •Geotechnical Engineering, •Landscape Architecture and Design, •Port, Harbour and Maritime Engineering and Infrastructure, •Civil and Infrastructure Engineering, Suppliers may also be requested to provide services in relation to the following, but not limited to, optional non-core competency disciplines. Whilst an evidenced ability to undertake the services listed below either directly or via sub-contractor arrangements may result in additional scores being allocated to supplier applications at assessment an inability to provide will not result in the application being rejected and set aside. , NON-CORE COMPETENCIES, •Stakeholder Engagement, •Quantity Survey / Cost Consultancy, •Ground and Site Investigations, •Health and Safety Consultancy, •Economic Appraisal, Business Case Preparation and Funding Application, •Contaminated Land Consultancy, •Master Planning, •Planning and Regeneration Consultancy, •Environmental Engineering, Management and Consultancy, In view of the wide scope of services which will be covered by the framework, the council is open to bids which include for sub-consulting, consortium bidding and joint venture arrangements on the proviso that the stated minimum requirements are still met via the use of such arrangements. , However, if the proposed supply chain fails during the tender process, we reserve the right to set the bid aside. If it fails during the framework term, the lead consultant may be suspended, or potentially terminated, from the framework, as proportionate and appropriate., The framework will be available to all SCG and SCOPAC members, including any future iterations of these groups which may include for changes in existing member status and/or addition of new members over the term of the framework agreement. , Only members who are classified as Contracting Authorities as defined within the Public Contracts Regulations (2015) will be permitted to use the framework agreement. Access will not be allowed for any members who are classified as Economic Operators under the regulations. , The current list of members is provided within Section II.2.3. All current member organisations support the establishment of the framework agreement and have expressed interest in using the agreement once operational., In addition, the framework will also be accessible to all contracting authorities situated within England. To date, no commitment to use the framework has been made by any contracting authorities outside of the SCG and SCOPAC region and the council cannot provide any guarantee of take-up., The value of the framework is estimated to be in the region of £5M over 4 years based upon the forecast requirements of SCG and SCOPAC members. In the event of further schemes or take up by other Contracting Authorities across England, the total value of the framework could increase to up to £50M, however a figure £15M is more likely. The values attributed to additional schemes and additional take up is a top level estimate only and should not be taken as any form of guarantee., The average value of commissions called off via the framework by SCG and SCOPAC is likely to range from £150K to £500K. However, there is also likely to be frequent commissions below £50K and on occasion in excess of £1million., Once established, contracting authorities will have a variety of call-off mechanisms and contracting options available for use which include for both mini-competition and direct award options. These will include:, MINI-COMPETITION, •Standard mini-competition amongst all Tier 1 suppliers only. , •Suppliers from Tier 2 will be invited to participate in standard mini-competitions on a ranked basis in the event of capacity and / or performance issues with Tier 1 suppliers., •Suppliers from Tier 2 may be invited to participate in non-standard mini-competitions where the services are of a specialist / non-standard nature (specialist technical discipline, hi / lo contract value, hi / lo programme duration). In such cases an initial sifting brief may be issued to suppliers from both tiers in order to create a shortlist of suppliers. Such shortlists may be for a single commission or may be developed further into specific sub-lots which may be used to source future specialist / non-standard commissions over the duration of the framework agreement. , •Suppliers from Tier 2 will also be invited to participate where an in term non-standard mini-competition process is undertaken across both tiers the results of which will reset rankings and associated Tier allocations., DIRECT AWARD, •On a ranked basis - call-off contracts will be awarded to the highest ranked supplier on tier 1. Where the highest ranked supplier does not have the required capacity, the second ranked supplier will be approached, and so on., •On a work development basis - in the event that any framework supplier has delivered an initial phase of services, either via this framework agreement or via another contracting route, future phases may be awarded via direct award to the same supplier., •On a repeat work basis - where SCG or SCOPAC requirements are similar to services already delivered by a supplier for the contracting authority making the award or for work undertake for any other UK contracting authority let either via this framework agreement or another contracting route, a direct award may be made using this framework to the same supplier., It is envisaged that the framework agreement will be let using the NEC4 Framework Agreement terms. However, use of the council's standard framework agreement terms is also under consideration and the decision on which terms will be used will be made in advance of the invitation to tender being issued to the shortlisted suppliers., Call-off contracts will be let using either the NEC4 PSC or TSC in either the long or short form and with the choice of all options as proportionate and relevant to the services which are being commissioned., The framework will be established using the Restricted Procedure as set out within the Public Contracts Regulations (2015). The council anticipates shortlisting a minimum of 5 and a maximum of 8 suppliers from assessment of returned Supplier Selection Questionnaire submissions who will then be invited to tender. , The procurement procedure will be run in accordance with the following summary programme:, •FTS Notice issued - Monday 17th May 2021, •SSQ documents published - Monday 17th May 2021, •SSQ deadline for clarification requests - Friday 11th June 2021 12:00, •SSQ return deadline - Monday 21st June 2021 12:00, •Conformation of shortlisted suppliers - Monday 12th July 2021, •Invitation to tender issued - Friday 30th July 2021, •Tender return deadline - 10th September 2021 12:00, •Interviews - W/C 27th September 2021, •Award decision notification - Monday 18th October 2021, •Award - 29th October 2021, •Framework commencement - November 2021, Application is via submission of completed Supplier Selection Questionnaire and associated documentation via the Council's e-sourcing system InTend which is accessible via: https://in-tendhost.co.uk/portsmouthcc/aspx/home. The system will be used to administrate the procurement process.

Timeline

Published Date :

21st May 2021 4 years ago

Deadline :

21st Jun 2021 4 years ago

Contract Start :

N/A

Contract End :

N/A

Tender Regions

UK

CPV Codes

71325000 - Foundation design services

73300000 - Design and execution of research and development

71700000 - Monitoring and control services

71322000 - Engineering design services for the construction of civil engineering works

71328000 - Verification of load-bearing structure design services

71900000 - Laboratory services

73110000 - Research services

71600000 - Technical testing, analysis and consultancy services

73200000 - Research and development consultancy services

71319000 - Expert witness services

71520000 - Construction supervision services

71800000 - Consulting services for water-supply and waste consultancy

71330000 - Miscellaneous engineering services

71250000 - Architectural, engineering and surveying services

71530000 - Construction consultancy services

71312000 - Structural engineering consultancy services

71321000 - Engineering design services for mechanical and electrical installations for buildings

71240000 - Architectural, engineering and planning services

71540000 - Construction management services

71315000 - Building services

71311000 - Civil engineering consultancy services

71324000 - Quantity surveying services

71220000 - Architectural design services

71313000 - Environmental engineering consultancy services

71400000 - Urban planning and landscape architectural services

71317000 - Hazard protection and control consultancy services

71510000 - Site-investigation services

71340000 - Integrated engineering services

71318000 - Advisory and consultative engineering services

71327000 - Load-bearing structure design services

71300000 - Engineering services

71350000 - Engineering-related scientific and technical services

Keywords

building design

architectural drafting

detailed design

spatial planning

building layout services

façade planning

interior architectural design

exterior architectural design

residential architecture

commercial architecture

interdisciplinary design services

architectural engineering planning

integrated project consultancy

engineering planning

facility planning services

architectural-technical design

multi-disciplinary planning

design coordination

built environment consultancy

development planning

architectural surveying

engineering survey services

building survey

topographical surveying

structural survey

site measurement services

combined architectural-engineering surveys

land surveying

structural mapping

A&E survey consultancy

engineering consultancy

specialist engineering services

technical engineering solutions

engineering expertise

professional engineering

engineering advisory

engineering project support

technical engineering provision

multidisciplinary engineering

expert engineering services

infrastructure consultancy

civil works advisory

civil project design

road and bridge consulting

drainage engineering advice

public works consultancy

structural civil engineering services

municipal infrastructure consulting

urban civil consultancy

civil planning services

structural design consulting

building frame analysis

load-bearing structure consultancy

structural integrity evaluation

steel/concrete frame design

structural retrofitting advice

seismic structural consulting

structural inspection services

structural modelling consulting

architectural structure advisory

environmental impact consulting

ecological engineering advisory

sustainability engineering

waste management consultancy

water treatment engineering

pollution control consulting

environmental systems design

ecological risk assessment

green infrastructure consulting

environmental planning engineering

building systems services

facility systems

building maintenance support

building operation services

MEP systems support

technical building services

facility systems management

building performance services

facility operations

building utilities services

hazard control consultancy

risk mitigation advisory

protection systems design

hazard assessment consulting

safety systems consultancy

industrial risk control services

exposure analysis advisory

protective infrastructure consulting

hazard management services

accident prevention consultancy

technical consultancy

design review services

engineering project advice

systems consultancy

specialist engineering support

engineering feasibility advisory

technical problem-solving

engineering strategy services

expert engineering consultancy

expert witness testimony

technical litigation support

forensic engineering expert

dispute resolution expert

court expert advisory

litigation technical advisor

professional witness services

engineering expert testimony

expert opinion consultancy

legal technical consultancy

MEP design services

mechanical systems engineering

electrical design for buildings

HVAC design consultancy

building services engineering

M&E installation design

mechanical & electrical planning

energy systems design

technical services layouts

building engineering design

civil engineering design

infrastructure blueprint services

structural planning

public works engineering

road and bridge design

waterworks design

utility infrastructure planning

technical civil design

construction engineering consultancy

civil project technical design

quantity surveying

construction cost planning

bill of quantities preparation

materials measurement

cost management survey

QS consultancy

project quantity control

quantity documentation

materials takeoff

QS audit

foundation engineering design

piling design services

footing plan engineering

foundation structural design

geotechnical foundation analysis

shallow/deep foundation planning

foundation stability design

foundation blueprinting

ground support system design

foundation consultancy

structural frame engineering

load-bearing calculations

building skeleton design

structural support systems design

frame analysis

structural safety assessment

skeleton architectural design

seismic frame planning

structural load engineering

structural support consultancy

structural design verification

load-bearing check services

structural safety auditing

frame design review

structural integrity verification

building load testing consultancy

compliance structural analysis

structural quality assurance

frame evaluation services

structural design audit

miscellaneous engineering

technical engineering services

specialised engineering solutions

engineering support services

technical project engineering

varied engineering provision

cross-disciplinary engineering

bespoke engineering services

engineering experimentation

custom engineering

integrated engineering

combined engineering services

cross‑discipline project engineering

unified engineering solutions

collaborative engineering services

systems engineering integration

holistic engineering provision

joint engineering consultancy

integrated technical services

scientific engineering services

technical engineering supporting services

engineering science consultancy

engineering laboratory services

technical research for engineering

engineering validation services

engineering testing services

specialist technical solutions

tech‑science engineering

engineering research support

urban planning

landscape architecture

zoning analysis

master development plans

site development strategy

spatial urban design

green corridor design

pedestrian network planning

public realm enhancement

mixed-use planning

sustainable city design

mobility integration

environmental urban strategy

open space frameworks

urban morphology studies

geotechnical analysis

soil mechanics testing

groundwater condition evaluation

bedrock profiling

foundation feasibility testing

environmental borelogging

contaminant level surveys

stratigraphic sampling

construction soil risk evaluation

laboratory soil classification

groundwater table analysis

geochemical analysis

preliminary site diagnostics

terrain behavior study

stability testing

project supervision

site quality enforcement

milestone tracking

compliance documentation

schedule adherence monitoring

build progress certification

contractor performance review

structural compliance verification

inspection reporting

stakeholder supervision coordination

on-site decision-making support

technical conformance assurance

safety plan enforcement

workmanship validation

specification compliance checks

technical advisory services

pre-tender consultancy

buildability assessment

construction optimization analysis

sustainability compliance planning

cost control strategy

lifecycle cost analysis

site access planning

stakeholder requirement alignment

procurement strategy advice

tender document drafting

schedule simulation

project viability appraisal

construction logistics analysis

value engineering assessment

site operations management

contractor scheduling

budget reconciliation

change order administration

resource planning

workflow optimization

risk mitigation planning

site logistics strategy

milestone target planning

cost overrun analysis

deliverable verification

contractor briefing

document control system

project communication coordination

contract closure process

technical testing

analytical services

materials analysis

consultancy testing

laboratory testing

instrument calibration

environmental analysis

composition testing

purity testing

measurement consultancy

testing protocol development

compliance analysis

technical advisory

environmental monitoring

process control

remote sensing

automated feedback systems

real-time data acquisition

supervisory control

SCADA services

telemetry monitoring

performance control audits

water supply system planning

waste management consulting

sewerage design advisory

wastewater treatment strategy

water resource optimization

drainage planning consultancy

sanitation infrastructure design

chemical testing lab

microbiological analysis

materials characterization

soil testing lab

calibration laboratory services

sample preparation

test method validation

environmental lab testing

quality assurance lab

research studies

scientific analysis

literature review

knowledge acquisition

academic investigation

project evaluation

data interpretation

exploratory research

technical review

strategic research planning

R&D planning

innovation strategy

project roadmap

funding advisory

commercialization consulting

technology trend analysis

proposal development

policy advisory

market relevance study

development oversight

R&D implementation

experimental execution

innovation delivery

technical program management

end-to-end research services

research planning

product testing delivery

project coordination

prototype realization

development execution

Tender Lot Details

2 Tender Lots

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Closed

Procedure :

Restricted procedure

Suitable for SME :

N/A

Nationwide :

No

Assign to :

Tender Progress :

0%

Details

Notice Type :

Framework

Tender Identifier :

IT-378-246-T: 2024 - 001

Tenderbase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement contact

Name :

Tina Smith

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk

Possible Competitors

1 Possible Competitors