Building Services and Professional Services Framework The Framework will consist of nine (9) lots covering a range of disciplines that will be commissioned on a directly awarded call-off or mini-competition basis. Lot 1 – Multi- disciplinary (major projects) – Estimated 0-5 000 000 GBP p.a. -Lewes: Architectural, construction, engineering and inspection services

2016/S 207-375582

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority I.1)Name, addresses and contact point(s) East Sussex County Council County Hall, St Anne’s Crescent Contact point(s): NUTS Code — UKJ2, SCC Procurement Sourcing BN7 1UE Lewes United Kingdom Telephone: +44 2085419000 E-mail: [email protected] Internet address(es):

General address of the contracting authority: https://in- tendhost.co.uk/sesharedservices/aspx/Home Address of the buyer profile: http://www.surreycc.gov.uk/ Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority Regional or local authority I.3)Main activity General public services Public order and safety Environment Economic and financial affairs Health Housing and community amenities Social protection Recreation, culture and religion Education I.4)Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: yes

For details of the Contracting Authorities and for Information on how to express an interest, please see Section VI.3) Additional Information of the contract notice

Section II: Object of the contract II.1)Description II.1.1)Title attributed to the contract by the contracting authority: ESCC/SCC APC Professional and Technical Services Framework Agreement. 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: The Counties of East Sussex and . NUTS code UKJ2 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: 40 Duration of the framework agreement

Duration in years: 3

II.1.5)Short description of the contract or purchase(s) East Sussex County Council (‘ESCC’) in partnership with Surrey County Council (‘SCC’) (together ‘the Councils’) is seeking to establish a framework agreement for the provision of property professional and technical services for the Orbis partnership (the ‘Framework’). Orbis is a partnership that has been formed between the Councils aimed at maximising efficiencies and benefits by working together to provide modern effective business services for both Councils, in addition to other existing and future partner organisations and customers as the business grows. The Framework is being established to support the Property capital and revenue programmes of the Councils and other Orbis partner authorities and customers now and going forward. The Framework will consist of nine (9) lots covering a range of disciplines that will be commissioned on a directly awarded call-off or mini-competition basis. — Lot 1 — Multi-disciplinary (major projects) — Estimated 0-5 000 000 GBP p.a. — Lot 2 — Multi-disciplinary (minor works projects) — Estimated 0-2 000 000 GBP p.a. — Lot 3 — Building Surveying Consultancy (Maintenance and Refurbishment projects) — Estimated 0-500 000 GBP p.a. — Lot 4 — Building Services Engineering Consultancy (Maintenance and Refurbishment projects) — Estimated 0-500 000 GBP p.a. — Lot 5 — Structural Engineering Consultancy (Maintenance and Refurbishment projects) — Estimated 0-250 000 GBP p.a. — Lot 6 — Cost Consultant / Project Manager — Estimated 0-2 000 000 GBP p.a. — Lot 7 — Clerk of Works/NEC Supervisor — Estimated 0-300 000 GBP p.a. — Lot 8 — Planning Advisor — Estimated 0-300 000 GBP p.a. — Lot 9 — Highways/Traffic Consultant — Estimated 0-500 000 GBP p.a. This procurement exercise (‘Procurement’) will consist of a two stage EU restricted process. A pre-qualification questionnaire (‘PQQ’) stage (part of which will use the Constructionline PAS91: 2013 Construction Consultant Related Procurement document) to assess bidder suitability and to shortlist bidders for the second stage — the invitation to tender (‘ITT’), to establish the providers under the Framework lots. The term of the Framework will be three (3) years, with the option of a further one (1) year extension (exercisable at the Lead Authority’s sole discretion). II.1.6)Common procurement vocabulary (CPV) 71000000, 71315200, 71220000, 71322500, 71311200, 71540000, 71244000, 71541000, 7 1312000, 71315210, 71250000, 71240000, 71521000 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: II.2.2)Information about options II.2.3)Information about renewals II.3)Duration of the contract or time limit for completion Duration in months: 0 (from the award of the contract) Information about lots

Lot No: 1 Lot title: Multi-disciplinary (major projects)

1)Short description Including Lead Consultant, Architect, Principal Designer, BIM Information Manager, Contract Administrator, Landscape Architect, Mechanical Engineer, Electrical Engineer, Structural/Civil Engineer, Planning Consultant, Cost Consultant/Quantity Surveyor — plus minor consultancy specialisms e.g. ecology, highways etc. (NEC3, JCT, PPC2000 and all other common industry contract capable). Commissions under this lot will be predominately large capital funded projects or programmes of work requiring an experienced Multi-Discipline design team, experienced in the effective management, and designing building projects and administering building contracts through the life of the whole project, in accordance with variable partner/customer requirements. 2)Common procurement vocabulary (CPV) 71220000 3)Quantity or scope 4)Indication about different date for duration of contract or starting/completion 5)Additional information about lots Lot No: 2 Lot title: Multi-disciplinary (minor works projects)

1)Short description Including Lead Consultant, Architect, Principal Designer, BIM Information Manager, Contract Administrator, Landscape Architect, Mechanical Engineer, Electrical Engineer, Structural/Civil Engineer, Planning Consultant, Cost Consultant/Quantity Surveyor — plus minor consultancy specialisms e.g. ecology, highways etc. (NEC3, JCT, PPC2000 and all other common industry contract capable). Commissions under this lot will be predominately single capital funded type projects requiring an experienced Multi-Discipline design team, experienced in the effective management, and designing building projects and administering building contracts through the life of the whole project. All in accordance with variable partner/customer requirements. 2)Common procurement vocabulary (CPV) 71220000 3)Quantity or scope 4)Indication about different date for duration of contract or starting/completion 5)Additional information about lots Lot No: 3 Lot title: Building Surveying Consultancy (Maintenance and Refurbishment projects)

1)Short description Primarily for the procurement of Building Surveying Services, however there may be occasions when a Building Surveying led multi-disciplinary team is required, including Mechanical/Electrical Engineer, Structural Engineer, Cost Consultant and Principal Designer. Lead Building Surveying Consultant, plus minor consultancy specialisms. Commissions under this lot will be for maintenance type projects requiring an appropriate design team. Commissions will encompass individual technical building inspections / reports for the consultancy services to undertake specification and project management of building planned maintenance projects and / or programmes of work. Building surveying will be the predominate discipline but with the consultancy support from other specialists as required from time to time. 2)Common procurement vocabulary (CPV) 71315200 3)Quantity or scope 4)Indication about different date for duration of contract or starting/completion 5)Additional information about lots Lot No: 4 Lot title: Building Services Engineering Consultancy (Maintenance and Refurbishment projects)

1)Short description Primarily for the procurement of Electrical/Mechanical Building Services, however there may be occasions when a Building Services led multi-disciplinary team is required, including Building Surveyor, Structural Surveyor, Cost Consultant and Principal Designer. Lead Building Services Mechanical and / or Electrical Consultant, plus minor consultancy specialisms. Commissions under this lot will be for maintenance type projects requiring an appropriate design team. Commissions will encompass individual technical M&E inspections / reports for the consultancy services to undertake specification and project management of M&E planned maintenance projects and / or programmes of work. M & E will be the predominate discipline but with the consultancy support from other specialists as required from time to time. 2)Common procurement vocabulary (CPV) 71315210 3)Quantity or scope 4)Indication about different date for duration of contract or starting/completion 5)Additional information about lots Lot No: 5 Lot title: Structural Engineering Consultancy (Maintenance and Refurbishment projects)

1)Short description Primarily for the procurement of Structural Surveying Services, however there may be occasions when a Structural Surveying led multi-disciplinary team is required, including Building Surveyor, Mechanical/Electrical Engineer, Cost Consultant and Principal Designer. Structural Engineering consultant commissions for inspection of structural issues and reports. These commissions may encompass specification, project management of individual projects or programmes of work. Whilst structural design will be the predominate discipline there may be support from other specialists as required from time to time. 2)Common procurement vocabulary (CPV) 71631400 3)Quantity or scope 4)Indication about different date for duration of contract or starting/completion 5)Additional information about lots Lot No: 6 Lot title: Cost Consultant / Project Manager

1)Short description Cost Consultant, Employers Agent/Contract Administrator, Project Manager, BIM Information Manager, Technical Design Advisor (NEC3, JCT, PPC2000 and all other common industry contract capable). Commissions under this lot will be capital or revenue funded type projects or programmes of work requiring an experienced Lead Project Management team, working collaboratively with the Principal Contractor, generally in (but not limited to) a design and build working environment, ensuring the effective and efficient management of building contracts through the life of the whole project. All in accordance with variable partner/customer requirements. 2)Common procurement vocabulary (CPV) 71244000, 71541000 3)Quantity or scope 4)Indication about different date for duration of contract or starting/completion 5)Additional information about lots Lot No: 7 Lot title: Clerk of Works/NEC Supervisor

1)Short description Commissions under this lot will be capital or revenue funded projects or programmes of work requiring the clerk of works, or site inspector, to work collaboratively with the project team, oversee the quality and safety of work on the construction site, making sure that building plans and specifications adhere to variable partner/customer requirements. 2)Common procurement vocabulary (CPV) 51521000 3)Quantity or scope 4)Indication about different date for duration of contract or starting/completion 5)Additional information about lots Lot No: 8 Lot title: Planning Advisor

1)Short description Commissions under this lot will be capital or revenue funded projects or programmes of work requiring the planning consultant to work collaboratively with the project team. The consultant will focus on providing the client with planning advice, quality assurance and the quality of submissions, adopting a collaborative, rather than adversarial approach regarding any planning advice received from the Planning Authority. The consultant should seek to advise across the partner/customer team and their consultants, to ensure projects are evaluated and any planning issues and constraints are identified. The consultant should ensure high quality and timely submissions to the planning authority including the implementation, compliance to, and discharge of any planning conditions imposed. All in accordance with variable partner/customer requirements. 2)Common procurement vocabulary (CPV) 71541000 3)Quantity or scope 4)Indication about different date for duration of contract or starting/completion 5)Additional information about lots Lot No: 9 Lot title: Highways/Traffic Consultant

1)Short description Commissions under this lot will be capital or revenue funded type projects or programmes of work requiring the Highways/Traffic Consultant to work collaboratively with the project team, to assist with the Planning Applications, undertake Transport Assessments, Transport Statements, Transport Scoping Studies, Travel Plans, Road Safety Audits, Detailed Design work, Feasibility Studies of potential access arrangements and Supervision of on and off site Highway Works. All in accordance with variable partner/customer requirements. 2)Common procurement vocabulary (CPV) 71311200 3)Quantity or scope 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: The contracting authority reserves the right to request a collateral warranty, deposits, guarantees or other forms of security. III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Further detail on the relevant aspects of the financing and payment approach will be provided in the Invitation to Tender documents. III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Any such requirements will be included in the invitation to tender. III.1.4)Other particular conditions The performance of the contract is subject to particular conditions: yes Description of particular conditions: The supplier may also be required to actively participate in the achievement of social and/or environmental objectives including those relating to recruitment, training and supply chain initiatives. Accordingly contract performance conditions may relate in particular to such social and/or environmental considerations. Further details of these conditions will be set out in the contract documents where relevant. 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: Information and formalities necessary for evaluating if the requirements are met: Any such requirements will be included in the invitation to tender. III.2.2)Economic and financial ability Information and formalities necessary for evaluating if the requirements are met: Any such requirements will be included in the invitation to tender. Minimum level(s) of standards possibly required: Any such requirements will be included in the invitation to tender. III.2.3)Technical capacity Information and formalities necessary for evaluating if the requirements are met: Any such requirements will be included in the invitation to tender. Minimum level(s) of standards possibly required: Any such requirements will be included in the invitation to tender. 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 Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no 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 Envisaged number of operators: 82 Objective criteria for choosing the limited number of candidates: Scored and Pass / Fail questions as set out in the pre-qualification questionnaire. 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: SCC – 010732 IV.3.2)Previous publication(s) concerning the same contract Prior information notice

Notice number in the OJEU: 2016/S 140-253744 of 22.7.2016 IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document Payable documents: no IV.3.4)Time limit for receipt of tenders or requests to participate 23.11.2016 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 The contract is related to a project and/or programme financed by European Union funds: no VI.3)Additional information This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal. https://www.sesharedservices.org.uk/esourcing/opportunities The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and Potential Bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity you will need to register your company on the SE Shared Services portal. The Council has chosen to use Constructionline (a certification service for contractors, consultants and material suppliers) to evaluate parts of this tender using their Consultant pre-qualification questionnaire based on PAS91: 2013. List Of Participating Authorities The following authorities, in addition to the Council, shall be Participating Authorities for the purposes of this Framework Agreement and shall be entitled to place an Order with the Service Provider at their discretion upon completion of an Access Agreement: 1. Surrey County Council The following organisations may also may decide to call off from the Framework Agreement at a later date: 2. All district, borough and unitary councils in East Sussex as named below; Borough Council. Borough Council. Council. Council. Council. City Council (Unitary Authority). 3. All districts and borough councils in Surrey as named below; Elmbridge Borough Council. Borough Council. Guildford Borough Council. District Council. Borough Council. Runnymede Borough Council. Spelthorne Borough Council. Borough Council. Council. Waverley Borough Council. Woking Borough Council. 4. County Council and the district and borough councils in West Sussex as named below; Council. Council. Council. Borough Council. Council. Council. Borough Council. 5. County Council and the district, borough and unitary councils in Hampshire as named below; and Deane Borough Council. District Council. Borough Council. Borough Council. Borough Council. Council. Borough Council. District Council. City Council (Unitary Authority). Borough Council. City Council (Unitary Authority). Borough Council. City Council. Council (Unitary Authority). 6. County Council together and the district and borough councils in Kent as named below; Ashford Borough Council. London Borough of Bexley. London Borough of Bromley. Canterbury City Council. Dartford Borough Council. Council. Borough Council. Maidstone Borough Council. Council (Unitary Authority). District Council. Shepway District Council. Swale Borough Council. Council. Borough Council. 7. All maintained schools, Academies and Free Schools in: East Sussex: https://apps.eastsussex.gov.uk/educationandlearning/schools/schoolsearch/search. aspx Surrey: http://www.surreycc.gov.uk/schools-and-learning/schools/directory-of-surrey-schools West Sussex: https://www.westsussex.gov.uk/location-directories/find-a-school-academy-or-college/ Kent: http://webapps.kent.gov.uk/KCC.SchoolSearch.Web.Sites.Public/Default.aspx Hampshire: http://www3.hants.gov.uk/education/schools/schooldetails Brighton Hove: http://ww3.brighton-hove.gov.uk/index.cfm?request=c1001684&node=20506 Medway: http://www.medway.gov.uk/schoolsandeducation/breakdownofschools.aspx Isle of Wight: https://www.iwight.com/Residents/schools-and-learning/Schools/School-Contacts Southampton: https://www.southampton.gov.uk/schools-learning/find-school/ Portsmouth: https://www.portsmouth.gov.uk/ext/learning-and-schools/schools/schools-contact- details.aspx 8. Higher and Further Education establishments with sites in Surrey, East Sussex, West Sussex Hampshire, Isle of Wight, Kent and Medway, as described in: http://www.hefce.ac.uk/workprovide/unicoll/fecs/ and http://www.hefce.ac.uk/workprovide/uni coll/heis/ 9. Police Authorities as described below: Surrey Police Authority Kent Police Authority Metropolitan Police Authority City of London Police Authority Hampshire Police Authority Sussex Police Authority 10. Fire and Rescue Services as described below: East Sussex Fire and Rescue Service Surrey Fire and Rescue Service Hampshire Fire and Rescue Service Kent Fire and Rescue Service Isle of Wight Fire and Rescue Service London Fire Brigade 11. South East Coast Ambulance Service South Central Ambulance Service 12. All Town and Parish Councils in:

East Sussex: https://new.eastsussex.gov.uk/yourcouncil/about/howthecouncilworks/parishtownco uncils Surrey: https://www.surreycc.gov.uk/your-council/councillors-and-committees/district- borough-and-parish-councillors/parish-and-town-council-websites 13. All Health Authorities, National Health Service Trusts and Primary Care Trusts, social care organisations and any other person (s) or body established or financed under the National Health Service Act 1977 as amended and future bodies (e.g. Foundation Trusts and Clinical Commissioning Groups) associated with the delivery of healthcare, within Surrey, East Sussex, Brighton and Hove, West Sussex, Hampshire, Isle of Wight, Kent and Medway;

14. Voluntary and Community Organisations with a presence in Surrey, East Sussex, West Sussex, Hampshire, Isle of Wight, Kent and Medway, as described in:http://www.charitycommission.gov.uk/Showcharity/RegisterOfCharities/AdvancedSearch.a spx 15. Housing Associations with a presence in Surrey, East Sussex, West Sussex, Hampshire, Isle of Wight, Kent and Medway, as described in: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing 16. The Royal Botanic Gardens — Kew This list is intended to list major organisations. This list is not exhaustive or definitive for the duration of the Framework Agreement. Other, smaller, organisations may also use the services where such organisations use services for the delivery of public services in East Sussex, Surrey, Brighton and Hove, West Sussex, Hampshire, Isle of Wight, Kent and Medway.