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

5 months 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

Minor and Major Highways Works Framework

This is notification of an upcoming opportunity, in which Slough Borough Council intends to undertake a procurement exercise aimed at setting up a Framework to procure the services of contractors to undertake emergency maintenance, site investigations, minor & major highways and transport works It is anticipated that framework will comprise of 5 lots as follows ( which are subject to change before tender is issue) 1) Lot 1 - Minor Works Construction Project - value range £500,000.00 per contract 2) Lot 2 - Minor Works Construction Projects - value ranges £500,000.00 to £2,000,000.00 per contract 3) Lot 3 - Major Construction Projects - value ranges £2,000,000.00 to £10,000,000.00 per contract 4) Lot 4 - Re-active maintenance works up to the value of £100,000.00 per contract Sublots under Lot 4 are Lot 4a – Adjustment of iron work Lot 4b – Bridge Inspections Lot 4c – Carriageway patching works Lot 4d – Drainage cleansing & CCTV Management Lot 4e – Site Investigations Lot 4f -Supply of Traffic Management Lot 4g – Road Markings Lot 4h – Traffic Sign supply & installation 5) Lot 5 - Carriageway Resurfacing Works up to the value of £1,000,000.00 per contract Each lot will list a number of contractors whose services are to be procured to deliver these works via mini competitions or Direct Awards, and call off contracts are to be awarded using Engineering Construction Contracts (ECC) NEC4 Option A or B Contract duration will be for a period of 3 years, with option to extend it for a further 2 year, on an annual basis of 1 + 1 Indicative Procurement Timelines are Issue of Tender Documents & Tender Notice - By the end of October 2025 Tender Return - January 2026 Anticipated Contract Award Notice – May 2026

Katy Reed

Published 2 hours ago
Open

Local Electric Vehicle Infrastructure (LEVI) fund - Electric Vehicle Charge Point Network - Concession Contract on The Isle of Wight

The Authority has been awarded £1.625m LEVI funding from the Office of Zero Emission Vehicles (OZEV) through the Local Electric Vehicle Infrastructure (LEVI) fund. Based on that funding the Authority is now seeking to award a single concession contract for a supplier to install and operate an affordable and easy to use, reliable and widely accessible and recognisable Electric Vehicle (EV) charge point network across the Isle of Wight (the 'Contract') The form of contract has been developed in alignment with the LEVI Heads of Terms. The Authority will be looking for a Supplier who can demonstrate a commitment to maximising the use of the LEVI funding and deliver an ambitious project with a full solution offering end to end services. It would be the intention that the successful supplier would invest its own resources, to be used in conjunction with the LEVI funding, to significantly increase the number of public chargepoints available on the public highway network across the island. The project will involve the deployment of local, primarily low powered on street charging infrastructure which must focus on locations that serve residential communities and those residents that do not have access to off road car parking. The Supplier will be required to deliver all aspects of the goods, services and works needed for the Project, which will include purchasing relevant Electric Vehicle Charging Infrastructure (EVCI), connecting it to the grid and maintaining, upgrading and managing the operation of the chargepoint network across a 15-year term. Full details can be found in the accompanying Tender Pack

Katy Reed

Published 6 hours ago
Open

Office for Product Safety and Standards (OPSS) - Product Testing Framework

The Office for Product Safety and Standards (OPSS), part of the Department of Business and Trade (DBT) is developing a procurement opportunity relating to various categories of product testing to verify compliance with applicable regulations and standards. DBT intend to award an Open Framework across multiple lots. At this stage, DBT can confirm the lotting structure in detail, and the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for. At this stage, DBT can confirm the lotting structure in detail and that the procurement will involve lots that will cover product testing services to support our role as the UK’s National Regulator. These procurements will underpin regulatory enforcement and market surveillance across the full breadth of OPSS’s responsibilities. The testing requirements will cover: • Construction product testing: Including fire resistance and reaction to fire, structural integrity, thermal and acoustic performance, weather-tightness, durability, glazing, and flooring/roofing assessments. • Product safety testing: Covering a wide range of consumer goods such as electrical equipment, gas appliances, toys, furniture, personal protective equipment (PPE), batteries, pressure equipment, and similar regulated products. • Energy efficiency and noise testing: Including compliance verification for energy labelling, Ecodesign standards, and noise emissions from equipment and appliances. • Chemical, biochemical, and microbiological testing: Encompassing analysis of cosmetics, timber, textiles, jewellery, plastics, and other consumer products for restricted substances (e.g., RoHS), migration/emissions, and microbiological safety. • Cybersecurity and digital compliance testing: Addressing requirements for connected products, including assessment against Product Security and Telecommunications Infrastructure (PSTI) regulations, smart device security and compliance with relevant standards. These testing services are essential for OPSS’s proactive and reactive enforcement activities, supporting consumer safety, regulatory compliance, and market confidence. Suppliers are encouraged to maintain readiness for the broad range of testing disciplines outlined above and within this notice. DBT will utilise the new Open Framework permissions permitted by The Procurement Act 2023. It is perceived that the framework will be opened at least once in the first 3 years of up to an 8-year framework. The value of the opportunity across 8 years is estimated at £43,000,000 ex VAT. The full specification shall be provided within the tender documents, and the intention of this notice is to further inform suppliers of DBT's intention to publish this opportunity which is expected to go live in October 2025. It should be noted that DBT makes no commitment to procure these services and may decide not to progress any further following engagement with the market. DBT reserves the right to change any information contained within this notice at any time, and potential suppliers rely upon any information provided entirely at their own risk. Background The Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance. OPSS' mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation. OPSS is: • the national regulator for most consumer products, excluding vehicles, medicines, food, and certain other specialist categories. • the national regulator for legal metrology, ensuring weighing and measuring instruments used for trade are accurate and reliable. • the National Regulator for Construction Products (NRCP), responsible for ensuring construction products placed on the market meet regulatory requirements. • the enforcement authority for a range of product regulations on behalf of other government departments. Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government: https://www.gov.uk/guidance/national-regulation-enforcement-services

Katy Reed

Published 1 day 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