South West & Mid Wales Regional Civil Engineering Services Framework 2025

Award

Value

£200,000,000

Classifications

  • Engineering services
  • Architectural, construction, engineering and inspection services
  • Consultative engineering and construction services
  • Civil engineering consultancy services
  • Civil engineering support services
  • Transport systems consultancy services
  • Highways consultancy services
  • Highways engineering services
  • Infrastructure works consultancy services
  • Structural engineering consultancy services
  • Environmental engineering consultancy services
  • Engineering design services
  • Miscellaneous engineering services
  • Integrated engineering services
  • Engineering-related scientific and technical services
  • Urban planning and landscape architectural services
  • Construction-related services
  • Technical testing, analysis and consultancy services
  • Monitoring and control services
  • Consulting services for water-supply and waste consultancy
  • Laboratory services
  • Research and development services and related consultancy services
  • Environmental management
  • Environmental protection
  • Pollution tracking and monitoring and rehabilitation
  • Services related to air pollution
  • Services related to soil pollution
  • Services related to water pollution
  • Groundwater pollution monitoring or control services
  • Architectural, engineering and planning services
  • Quantity surveying services for civil engineering works
  • Engineering-design services for traffic installations
  • Geotechnical engineering services
  • Marine survey services
  • Surveying services
  • Topographical services
  • Services relating to contaminated soil

Tags

  • award
  • contract

Published

4 weeks ago

Description

PLEASE NOTE: THIS IS A CONTRACT AWARD NOTICE, NOT A TENDER OPPORTUNITY
Carmarthenshire County Council in association with Ceredigion County Council, Neath Port Talbot County Borough Council, Pembrokeshire County Council, Powys County Council and Swansea Council (‘the Councils’) has appointed suitably qualified Consultant Engineers who will provide a full range of civil engineering design related services across the Region.
The Framework consists of two lots, one for Specialist Consultancy Services and one for Multi-Disciplinary Services.
Please note that the figure for the total value of the contract/lot (v.2.4) under Section V 'Award of Contract' in each lot, is the anticipated total value of the Framework as a whole, over 4 years. As this is a framework arrangement, total values of spend for each individual lot cannot be specified.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

GMCA1480 Delivering Call to Evidence: Victim of Crime Sector Engagement Facilitator - To Support the Greater Manchester Victims' Strategic Needs Assessment

GMCA is seeking to award a contract for the provision of Delivering Call to Evidence: Victim of Crime Sector Engagement Facilitator - To Support the Greater Manchester Victims' Strategic Needs Assessment. The successful organisation or individual will be required to engage with the sector and develop our understanding of current demand and service quality, identify gaps in provision, highlight where there is best practice and carry out a comprehensive review of the services we currently commission. This is to inform future funding of services which support victims of crime. We are also seeking support in understanding the victim / witness experience by carrying out a range of engagement / listening exercises with the sector and victims and witnesses with lived experience themselves. This research is crucial in order to ensure funding is used in the best way possible, delivering value for money. It is important that the work considers our ambitions for victims in Greater Manchester outlined in the Gender-Based Violence Strategy, Standing Together Plan and the Greater Manchester Strategy. It is particularly important to us that services reflect the diversity of our communities in Greater Manchester. Further information on the nature and scope of the contract requirements can be found in the Service Specification set out as Section 3 of the Request for Quotation document. The contract period is 4 months and it is anticipated that the contract will commence in early June 2025.

Katy Reed

Published 43 minutes ago
Open

Request for Quote for an Asset Valuation Consultant

• WFHA, is a small independent and not-for-profit Registered Provider (PR), providing social homes across the London Borough of Waltham Forest for over sixty years. WFHA currently owns c350 homes: c150 general needs, c150 sheltered housing and c20 supported housing for adults with learning disabilities. • In addition, WFHA owns a property used to house young homeless people and this is currently 1 leased to another provider. The Service Provider will be required to undertake a full valuation exercise across all of WFHA assets. • WFHA Current property assets were last fully valued in 2014, however, partial valuation was carried out in 2018. WFHA full asset requires a revaluation, to ensure that the insurance coverage across the assets is adequate and future proofed. The consultant will be required to carry out this valuation process in an efficient manner without impacting the tenant(s) or any of the properties. • WFHA want to demonstrate that they are obtaining value for money and are testing the market to ensure that best value is being achieved. • In order to obtain value for money WFHA is undertaking a competitive quotation process to identify the most suitable, competent and capable valuation consultant. The appointed valuation consultant will be required to lead and undertake a review of WFHA's full property and wider assets and provide a detailed overview of the valuation at a granular detail. Conditions of Participation in the Request for Quote: Legal and financial capability: Requirement: The supplier must be a legally established entity with the financial stability to perform the contract. Specific requirements will be finalised following market engagement. Evidence and process: The contracting authority is conducting a single four-step quotation process to select its Bidder. Bidders are to submit a response before the deadline for quotations. RFQs will be evaluated to identify the winning Bidder, using the below process and Evaluation Criteria set out in Section 4. The four-step process in outline, is: 1. • Step 1 - Satisfactory compliance to establish completeness of submitted RFQs 2. • Step 2 - A quality evaluation 3. • Step 3 - A price evaluation 4. • Step 4 - Combining the price with the quality score to determine the Preferred Bidder. Payment Terms: 30 days net end of month invoice received. Contract Dates and Expected Process. Estimated Date of Tender Notice Publication: 25th April 2025 Estimated Date for Submission of Requests to Participate: 16th May 2025 Procedure Expected to be Used: • Request for Quote - Open Dynamic Market Membership: No Participation - Particular Suitability: • Small and medium-sized enterprises (SME) • Large enterprises Selection Process: 1. Mandatory Documents and Certification: • Legal and financial capacity documents. • Certifications and declarations of compliance. 2. Procurement Specific Questionnaire (PSQ): • Mandatory Questions: Legal, financial, and technical capacity. • Discretionary Questions: Past performance, references, and other relevant criteria. • Exclusion Criteria: Both Mandatory and Discretionary 3. Technical/Quality Questionnaire: • Detailed questions assessing the supplier's technical ability and quality assurance measures. 4. Pricing Evaluation: • Detailed breakdown of costs and pricing structure. 5. Overall Threshold: For the Suppliers that pass the PSQ, the combined weighted scores from the Technical/Quality Questionnaire and Pricing Evaluation will provide an overall score. The highest scoring supplier across the elements will be the successful bidder for the Lot. Term of the Contract Including Extensions: 1 year Previous Contract Information: No specific previous Contract.. Intention to Award the Contract to: 1. A single winning bidder based on the highest overall score across the combined Financial and Non-Financial elements. What Fees if Any will be Charged in Accordance with Section 45(7) of the PA 2023: No fees will be charged within this process. Will an Electronic Auction be Used: No What Lots will Form this Tender: No Lots, the winning Bidder will provide the services as set out. Will it be Awarded by Lot: No Estimated Award Criteria: Contract will be awarded maximum score basis. The successful Supplier who reaches the maximum combined score across the Quality/Technical and Financial evaluations will be awarded for that Lot. Can a Supplier bid for all Lots: No Lots Estimated Date of Contract Award: 11th July 2025 Estimated Value of the Contract: c£25,000 including VAT Estimated Value of Each Lot: No Lots Tendering Process - Number of Days for the ITT to be Live: Request for Quote will be live for 21 Calendar Days. Associated Notice - Preliminary Market Engagement Notice: None Document Access: Documents relating to the procurement can be obtained from www.mytenders.co.uk . All documents and notices will also be published to the central digital platform. Expression of Interest: Interested parties can express their interest through the Portal once the RFQ is published. Tender Submission Via: www.mytenders.co.uk . Estimated Date of Tender Submission: 1200 Hours 16th May 2025 Tenders and all Communications Must be in English: All communications and clarifications will be through the preferred tendering portal, in English. Additional Information: • WFHA, is a small independent and not-for-profit Registered Provider (PR), providing social homes across the London Borough of Waltham Forest for over sixty years. WFHA currently owns c350 homes: c150 general needs, c150 sheltered housing and c20 supported housing for adults with learning disabilities. • In addition, WFHA owns a property used to house young homeless people and this is currently 1 leased to another provider. The Service Provider will be required to undertake a full valuation exercise across all of WFHA assets. • WFHA Current property assets were last fully valued in 2014, however, partial valuation was carried out in 2018. WFHA full asset requires a revaluation, to ensure that the insurance coverage across the assets is adequate and future proofed. The consultant will be required to carry out this valuation process in an efficient manner without impacting the tenant(s) or any of the properties. • WFHA want to demonstrate that they are obtaining value for money and are testing the market to ensure that best value is being achieved. • In order to obtain value for money WFHA is undertaking a competitive quotation process to identify the most suitable, competent and capable valuation consultant. The appointed valuation consultant will be required to lead and undertake a review of WFHA's full property and wider assets and provide a detailed overview of the valuation at a granular detail. CPV Codes: • 70110000 - Development services of real estate • 70120000 - Buying and selling of real estate • 70330000 - Property management services of real estate on a fee or contract basis • 71241000 - Feasibility study, advisory service, analysis • 71315300 - Building surveying services • 71321100 - Construction economic services

Katy Reed

Published 1 hour ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Adrian Harries

[email protected]

+44 1267234567

[email protected]

+44 1545570881

[email protected]

+44 1639763929

Timeline complete

Publish
Bid
Evaluate
Award
Complete