By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Property Related Consultancy Services Framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Cheshire East Borough Council
Procurement, Westfields, Middlewich Road
For the attention of: Steve Mellor
CW11 1HZ Sandbach
UNITED KINGDOM
Telephone: +44 1270686439
E-mail:

Further information can be obtained from: Cheshire East Borough Council
Tenderers are required to register and download PQQ documentation via the Chest at: www.the-chest.org.uk The project reference is NWCE-9E3MAG.
UNITED KINGDOM

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Cheshire East Borough Council
Tenderers are required to register and download PQQ documentation via the Chest at: www.the-chest.org.uk The project reference is NWCE-9E3MAG.
UNITED KINGDOM

Tenders or requests to participate must be sent to: Cheshire East Borough Council
Tenderers are required to register and download PQQ documentation via the Chest at: www.the-chest.org.uk The project reference is NWCE-9E3MAG.
UNITED KINGDOM

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Environment
Housing and community amenities
Social protection
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Property Related Consultancy Services Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Within the Borough of Cheshire East.

NUTS code UKD2

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 35

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 3 250 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Cheshire East Borough Council (Council and Employer) intends to create a consultants Framework for the provision of property related professional services consisting of construction related professionals and property/land related professionals. This Framework is to be set-up to deliver property related professional services to all internal departments and any organisation that Cheshire East Borough Council is associated with. The overall objective of the framework is to support the Council to deliver their revenue and capital programmes by;
- Providing professional expertise on construction or property/land related projects,
- Providing capacity and supplementary knowledge that allows flexibility where necessary to support existing Council services,
- Providing cost certainty through use of the Framework for Commission delivery,
- Standardise and streamline processes with the implementation of continuous feedback and performance improvements with regards to external resource,
- Realise efficiencies through knowledge sharing and monitoring and management of performance in terms of cost and quality.
The Framework will be divided into the following lots:-
Lot 1 - Architectural Services;
Lot 2 - Building Services Engineering;
Lot 3 - Quantity Surveying Services;
Lot 4 - Structural Engineering Services;
Lot 5 - Building Surveying Services;
Lot 6 - Heritage Architectural Services;
Lot 7 - NEC3 Project Manager Services;
Lot 8 - CDMc Services;
Lot 9 - Environmental & Engineering Consultancy Services;
Lot 10 - Market/Agency Services;
Lot 11 - Masterplanning Consultancy Services.
In respect of call-offs from the framework for Lots 1-8 it is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis.
In respect of call-offs for Lots 9-11 it is envisaged that the majority of projects will be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis. At the Council's discretion projects may also be allocated by direct appointment.
The call-off criteria will be outlined in the tender documents.
Any orders placed under this Framework will form a separate call-off contract under the scope of this framework.
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
II.1.6)Common procurement vocabulary (CPV)

71000000, 71200000, 71220000, 71300000, 71310000, 71312000, 71313000, 71313440, 71315300, 71317000, 71317210, 71320000, 71321000, 71324000, 71400000, 71410000, 71500000, 71540000, 71541000, 70000000, 70100000, 70120000, 70122100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 3 250 000 and 5 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Architectural Services
1)Short description
Architectural design/consultancy services.
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis.
The call-off criteria will be outlined in the tender documents.
The Contracting Authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME in selecting economic operators to submittenders or in assessing the most economically advantageous tender.
2)Common procurement vocabulary (CPV)

71000000, 71200000, 71220000, 71400000

3)Quantity or scope
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 630 000 and 980 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Building Services Engineering
1)Short description
Mechanical and Electrical design/consultancy services.
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis.
The call-off criteria will be outlined in the tender documents.
The Contracting Authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME in selecting economic operators to submittenders or in assessing the most economically advantageous tender.
2)Common procurement vocabulary (CPV)

71000000, 71300000, 71320000, 71321000

3)Quantity or scope
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 280 000 and 450 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Quantity Surveying Services
1)Short description
Quantitiy Surveying Services.
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis.
The call-off criteria will be outlined in the tender documents.
The Contracting Authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME in selecting economic operators to submittenders or in assessing the most economically advantageous tender.
2)Common procurement vocabulary (CPV)

71000000, 71300000, 71320000, 71324000

3)Quantity or scope
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 220 000 and 350 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Structural Engineering Services
1)Short description
Structural Engineering design/consultancy services.
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis.
The call-off criteria will be outlined in the tender documents.
The Contracting Authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME in selecting economic operators to submittenders or in assessing the most economically advantageous tender.
2)Common procurement vocabulary (CPV)

71000000, 71300000, 71310000, 71312000

3)Quantity or scope
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 290 000 and 450 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Building Surveying Services
1)Short description
Building Surveying design/consultancy services.
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis.
The call-off criteria will be outlined in the tender documents.
The Contracting Authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME in selecting economic operators to submittenders or in assessing the most economically advantageous tender.
2)Common procurement vocabulary (CPV)

71000000, 71300000, 71310000, 71315300

3)Quantity or scope
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 190 000 and 290 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Heritage Architectural Services
1)Short description
Architectural design/consultancy services together with sub-consultant services for Building Services, Quantity Surveying and Structural Engineering.
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis.
The call-off criteria will be outlined in the tender documents.
The Contracting Authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME in selecting economic operators to submittenders or in assessing the most economically advantageous tender.
2)Common procurement vocabulary (CPV)

71000000, 71200000, 71220000

3)Quantity or scope
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 320 000 and 480 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: NEC3 Project Manager Services
1)Short description
Undertaking the role of the Project Manager on NEC3 Option C contracts.
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis.
The call-off criteria will be outlined in the tender documents.
The Contracting Authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME in selecting economic operators to submittenders or in assessing the most economically advantageous tender.
2)Common procurement vocabulary (CPV)

71000000, 71500000, 71540000, 71541000

3)Quantity or scope
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 120 000 and 200 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: CDM Coordinator Services
1)Short description
CDM Co-ordinator services (or future services as defined by legislation).
It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis.
The call-off criteria will be outlined in the tender documents.
The Contracting Authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME in selecting economic operators to submittenders or in assessing the most economically advantageous tender.
2)Common procurement vocabulary (CPV)

71000000, 71300000, 71310000, 71317000, 71317210

3)Quantity or scope
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 160 000 and 240 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Environmental and Engineering Consultancy Services
1)Short description
Environmental and Engineering consultancy services including Environmental Impact Assessments, site/ground investigations, ecological surveys, archeological surveys, and flood risk assessments.
It is envisaged that the majority of projects will be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis. At the Council's discretion projects may also be allocated by direct appointment.
The call-off criteria will be outlined in the tender documents.
The Contracting Authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME in selecting economic operators to submittenders or in assessing the most economically advantageous tender.
2)Common procurement vocabulary (CPV)

71000000, 71300000, 71310000, 71313000, 71313440

3)Quantity or scope
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 320 000 and 480 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: Market/Agency Services
1)Short description
Market/Agency services including advice on marketing strategies and disposal activities.
It is envisaged that the majority of projects will be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis. At the Council's discretion projects may also be allocated by direct appointment.
The call-off criteria will be outlined in the tender documents.
The Contracting Authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME in selecting economic operators to submittenders or in assessing the most economically advantageous tender.
2)Common procurement vocabulary (CPV)

70000000, 70100000, 70120000, 70122100

3)Quantity or scope
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 320 000 and 480 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 11 Lot title: Masterplanning Consultancy Services
1)Short description
Masterplanning Consultancy Services to develop a wide range of masterplanning strategies to promote the development of land within the property protfolio.
It is envisaged that the majority of projects will be allocated following a mini competition on either a lowest price basis or a Most Economically Advantageous Tender (MEAT) basis. At the Council's discretion projects may also be allocated by direct appointment.
The call-off criteria will be outlined in the tender documents.
The Contracting Authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME in selecting economic operators to submittenders or in assessing the most economically advantageous tender.
2)Common procurement vocabulary (CPV)

71000000, 71400000, 71410000

3)Quantity or scope
The framework will be for a period of 2 years with the option to extend for up to a further 24 months (at the councils sole discretion). In the event the contract is extended any extension shall be on the same terms and conditions of contract as the original contract period.
The values given in this notice are only estimations and take into account the extension options and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
This framework agreement will be open for use by all services within the Council, this will also include associate companies and other subsidiaries of the Council (currently Cosocius;Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd) and any other wholly or partly owned companies set-up by the Council qualifying for a "Teckal” exemption.
This framework agreement will also be open for use by all schools and academies, including maintained early years settings within the borough boundary.
The value provided in the OJEU notice includes all potential spend under the framework agreement by the above.
Estimated value excluding VAT:
Range: between 400 000 and 600 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the documents - independent financial appraisals will be used to assess companies financial standing.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the ITT documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required by the grouping of providers but each provider will be required to become jointly or severally responsible for the contract before acceptance. In the case of consortium bids, the contracting authority reserves the right to require any consortium the authority awards a contract to, if it is justified for the satisfactory performance of the contract, to name a lead partner with whom it can contract, or alternatively, to form a single legal entity before entering into, or as a term of, the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Social Value: The Council is committed to ensure wider social and community benefits are achieved in the course of all its commissioning and procurement activities. In accordance with this, suppliers are required to work with the Council towards achieving such aims.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
As detailed in the PQQ documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the PQQ documents.
Minimum level(s) of standards possibly required: As detailed in the PQQ documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the PQQ documents.
Minimum level(s) of standards possibly required:
As detailed in the PQQ documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The Council intends to invite the top scoring 6 (10 for Lot 9) applicants for each Lot to ITT stage provided they have passed all pass/fail sections and achieved a minimum score of 50 %.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
NWCE-9E3MAG
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
28.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Council intends to invite the top scoring 6 (10 for Lot 9) applicants for each Lot to ITT stage provided they have passed all pass/fail sections and achieved a minimum score of 50 %.

In order to participate, suppliers must register,complete and upload completed PQQ documentation and submit this via the Chest at http://www.the-chest.org.uk - the project reference on The Chest is NWCE-9E3MAG - the time limit for returning the completed PQQ submission is 28.2.2014 at 12:00 noon.

The values given in this notice are only estimations and take into account the extension option and are indicative of existing usage plus a reasonable estimated value of potential future uptake.
The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period - any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential providers.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

The Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

Body responsible for mediation procedures

The Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Cheshire East Borough Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Public Contracts Regulations 2006 (SI 2006 No 5) provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained

The Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

VI.5)Date of dispatch of this notice:
21.1.2014