Architectural, construction, engineering and inspection services | Tenderlake

Architectural, construction, engineering and inspection services

Contract Value:
GBP 10M - 10M
Notice Type:
Contract Notice
Published Date:
01 October 2016
Closing Date:
31 October 2016
Location(s):
UKC NORTH EAST (ENGLAND) (UK UNITED KINGDOM)
Description:

The North East Procurement Organisation (NEPO) is inviting responses from suppliers for the provision of Construction & Engineering Consultancy Services. The main areas of activity may comprise of, but not exclusively be limited to, individual projects or programmes for new build work and/or extensions and/or improvements and/or renovations of schools (including maintained schools), libraries, civic offices, headquarters buildings, social services properties, museums, leisure facilities, universities, further education buildings, colleges, academies, health service buildings, emergency service buildings, third sector organisation, buildings used by Government Departments and Government Agencies as well as other operational establishments, premises, and assets to be used by similar public service providers. Housing/ residential — including but not limited to social housing, commercial, industrial, health, leisure and retail property, agricultural and mixed use property.


Multi Disciplinary Building Construction related services

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Transport Planning

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Building Surveying Services

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Structural Engineering

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Highway Structures

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Planning

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Building Commercial Management

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Engineering Commercial Management

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Multi Disciplinary Transportation and Civil Engineering related services

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Highways Asset Management

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Flood, Coastal and Marine

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Ecology

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Housing

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Architectural Services

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


M&E Services

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.


Project Management

The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at https://procontract.due- north.com/register?openform. Any queries regarding the procurement process or tender documents must

be raised no less than 7 days before the tender return date, through the Q&A section on the NEPO eTender system. For any support in submitting your expression of interest or tender response, please contact the NEPO Portal helpdesk at +44 1912613940 or portal@nepo.org. There are a number of help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

In order to be appointed to this Framework Contract, following evaluation suppliers must be ranked 1–6. Successful suppliers will enter into a Framework Agreement in a form which is set out in the procurement documents.

The Council does not give any guarantee and/or warrant the actual value of the goods/services (if any) which will be placed with the successful suppliers by any client using the Framework Contract pursuant to this process and accepts no liability thereof. Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

Pre Qualification submissions are invited from suitably qualified and experienced consultancy businesses who can meet the requirements under any of the above lots as a whole. Applications from businesses who cannot meet the entire scope of a particular lot through either directly employed expertise or as part of their sub consultancy network will not be considered.

The Framework will enable sufficiency of skilled resources to match peaks in workload, provide expertise in areas where skills are not provided in-house, facilitate benchmarking of costs to demonstrate best value and to drive service improvement through innovation and efficiency. Successfully awarded suppliers will be required to work together with NEPO, Client departments, other consultancy firms and contractors to drive improvements and support the aims and ambitions of the NEPO Construction Category.

Where the scope of the services are clearly defined and the Contracting Authority Employer has decided that the works can be evaluated using information submitted within the tender the Contracting Authority Employer can award directly to the Consultant that offers the most economically advantageous offer based on the requirements of the ITT.

Where it is not possible to determine the award of specific call-off contract under direct call off then Contracting Authorities may decide to run a mini competition within a specific lot, inviting all Consultants within that specific lot capable of performing the contract. The criteria for evaluations at the mini competition stage will be detailed within the documentation issued at mini competition stage. Please note that the framework evaluation criteria will not be amended, however the weightings applied to the criteria may differ as outlined below.

Download full details as .pdf
The Buyer:
North East Procurement Organisation (Central Purchasing Body)
CPV Code(s):
70333000 - Housing services
71000000 - Architectural, construction, engineering and inspection services
71200000 - Architectural and related services
71240000 - Architectural, engineering and planning services
71300000 - Engineering services
71311210 - Highways consultancy services
71311220 - Highways engineering services
71311300 - Infrastructure works consultancy services
71312000 - Structural engineering consultancy services
71315000 - Building services
71315300 - Building surveying services
71321000 - Engineering design services for mechanical and electrical installations for buildings
71333000 - Mechanical engineering services
71334000 - Mechanical and electrical engineering services
71354500 - Marine survey services
71356400 - Technical planning services
71400000 - Urban planning and landscape architectural services
71410000 - Urban planning services
71500000 - Construction-related services
71541000 - Construction project management services
71631400 - Technical inspection services of engineering structures