Buyer Name: Cheshire East Council
Buyer Address: Delamere House, Delamere Street, Crewe, UKD62, CW12JZ, United Kingdom
Contact Name: Janet Ellison-Jones
Contact Email: procurementeast@cheshireeast.gov.uk
Buyer Name: Cheshire East Council
Buyer Address: Delamere House, Delamere Street, Crewe, UKD62, CW12JZ, United Kingdom
Contact Name: Janet Ellison-Jones
Contact Email: procurementeast@cheshireeast.gov.uk
Cheshire East Borough Council intends to create a consultants Framework for the provision of construction related professional services. This Framework is to deliver construction related professional services to all internal departments and any organisation that Cheshire East Borough Council is associated with, to include its wholly owned companies, schools, academies, parish/town councils. The overall objective of the framework is to support the Council to deliver their revenue and capital programmes by; • Providing professional expertise on construction related projects, • Providing capacity and skills that allows flexibility where necessary to support existing Council services • Providing cost certainty • Standardise and streamline processes with continuous feedback and performance improvements with regards to external resource • Realise efficiencies through knowledge sharing and monitoring & management of performance in terms of cost and quality The Framework will be divided into the following lots:- Lot 1 - Architectural Services Lot 2 - Building Services Engineering Lot 3 - Quantity Surveying Services Lot 4 - Structural Engineering Services Lot 5 - Building Surveying Services Lot 6 - Heritage Architectural Services Lot 7 - CDM Client Advisor Lot 8 - Environmental & Engineering Consultancy Services Other potential beneficiaries of the framework are: Warrington Borough Council, Cheshire West and Chester Borough Council, Cheshire and Warrington Mayoral Combined Authority. Anticipated maximum spend £3.27 million.
No linked documents found for this notice.
External Link: https://www.the-chest.org.uk/
Link Description: 10 C3770 Instructions for Suppliers 20 C3770 Participation and Shortlisting Questionnaire 28 C3770 PSQ App C - Information Assurance Questionnaire 29 C3770 PSQ App D - Notation Value Calculation sheet 30 C3770 Tender Quality Response Template 40 C3770 TQR Scenarios Lots 1 to 8 50 Statement of Requirements - Lots 1 to 7 60 C3770 Terms and Conditions 70 C3770 Pricing Schedules Lots 1 to 8 80 C3770 Framework Operation Manual 90 C3770 FOM Annex 1 LCBS Assessment Tool
External Link: https://www.find-tender.service.gov.uk/Notice/004354-2026
Link Description: Tender notice on Find a Tender
Lot Title: Architectural Services
Lot Description: Anticipated Maximum £480k + VAT The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: The Authority may exercise an option to extend for 12 months.
Lot 1 Value: GBP 480,000
Lot 1 Value (Gross): GBP 576,000
Lot 1 Contract Start: 2026-11-30T00:00:00Z
Lot 1 Contract End: 2029-11-29T23:59:59Z
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (price): Pricing (30%)
Lot 1 Award Criterion (quality): Framework and Call Off Task Management (20%)
Lot 1 Award Criterion (quality): Continuous Improvement (10%)
Lot 1 Award Criterion (quality): Social Value (10%)
Lot 1 Award Criterion (quality): Environment Strategy (10%)
Lot 1 Award Criterion (quality): Service Delivery and Scenarios (20%)
Lot Title: Building Services Engineering
Lot Description: Anticipated Maximum £360k + VAT It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis. The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.
Lot 2 Status: active
Lot 2 Has Options: Yes
Lot 2 Options: The Authority may exercise an option to extend for 12 months.
Lot 2 Value: GBP 360,000
Lot 2 Value (Gross): GBP 432,000
Lot 2 Contract Start: 2026-11-30T00:00:00Z
Lot 2 Contract End: 2029-11-29T23:59:59Z
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (price): Pricing (30%)
Lot 2 Award Criterion (quality): Framework and Call Off Task Management (20%)
Lot 2 Award Criterion (quality): Continuous Improvement (10%)
Lot 2 Award Criterion (quality): Social Value (10%)
Lot 2 Award Criterion (quality): Environment Strategy (10%)
Lot 2 Award Criterion (quality): Service Delivery and Scenarios (20%)
Lot Title: Quantity Surveying Services
Lot Description: Anticipated Maximum £500k + VAT It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis. The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.
Lot 3 Status: active
Lot 3 Has Options: Yes
Lot 3 Options: The Authority may exercise an option to extend for 12 months.
Lot 3 Value: GBP 500,000
Lot 3 Value (Gross): GBP 600,000
Lot 3 Contract Start: 2026-11-30T00:00:00Z
Lot 3 Contract End: 2029-11-29T23:59:59Z
Lot 3 SME Suitable: Yes
Lot 3 Award Criterion (price): Pricing (30%)
Lot 3 Award Criterion (quality): Framework and Call Off Task Management (20%)
Lot 3 Award Criterion (quality): Continuous Improvement (10%)
Lot 3 Award Criterion (quality): Social Value (10%)
Lot 3 Award Criterion (quality): Environment Strategy (10%)
Lot 3 Award Criterion (quality): Service Delivery and Scenarios (20%)
Lot Title: Structural Engineering Services
Lot Description: Anticipated Maximum £160k + VAT It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis. The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.
Lot 4 Status: active
Lot 4 Has Options: Yes
Lot 4 Options: The Authority may exercise an option to extend for 12 months.
Lot 4 Value: GBP 160,000
Lot 4 Value (Gross): GBP 192,000
Lot 4 Contract Start: 2026-11-30T00:00:00Z
Lot 4 Contract End: 2029-11-29T23:59:59Z
Lot 4 SME Suitable: Yes
Lot 4 Award Criterion (price): Pricing (30%)
Lot 4 Award Criterion (quality): Framework and Call Off Task Management (20%)
Lot 4 Award Criterion (quality): Continuous Improvement (10%)
Lot 4 Award Criterion (quality): Social Value (10%)
Lot 4 Award Criterion (quality): Environment Strategy (10%)
Lot 4 Award Criterion (quality): Service Delivery and Scenarios (20%)
Lot Title: Building Surveying Services (inc. Site Inspection Services)
Lot Description: Anticipated Maximum £550k + VAT Architectural Design/Consultancy Services together with sub-consultant services for Building Services, Quantity Surveying and Structural Engineering. This lot may be requested to provide a multi-disciplinary design service. Providers must therefore be able to deliver the design services detailed in Lots 1, 2 and 4 either themselves or through their supply chain. It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis. The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.
Lot 5 Status: active
Lot 5 Has Options: Yes
Lot 5 Options: The Authority may exercise an option to extend for 12 months.
Lot 5 Value: GBP 550,000
Lot 5 Value (Gross): GBP 660,000
Lot 5 Contract Start: 2026-11-30T00:00:00Z
Lot 5 Contract End: 2029-11-29T23:59:59Z
Lot 5 SME Suitable: Yes
Lot 5 Award Criterion (price): Pricing (30%)
Lot 5 Award Criterion (quality): Framework and Call Off Task Management (20%)
Lot 5 Award Criterion (quality): Continuous Improvement (10%)
Lot 5 Award Criterion (quality): Social Value (10%)
Lot 5 Award Criterion (quality): Environment Strategy (10%)
Lot 5 Award Criterion (quality): Service Delivery and Scenarios (20%)
Lot Title: Heritage Architectural Services
Lot Description: Anticipated Maximum £530k + VAT Architectural Design/Consultancy Services together with sub-consultant services for Building Services and Structural Engineering. This lot may be requested to provide a multi-disciplinary design service. Providers must therefore be able to deliver the design services detailed in Lots 1, 2 and 4 either themselves or through their supply chain. It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis. The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.
Lot 6 Status: active
Lot 6 Has Options: Yes
Lot 6 Options: The Authority may exercise an option to extend for 12 months.
Lot 6 Value: GBP 530,000
Lot 6 Value (Gross): GBP 636,000
Lot 6 Contract Start: 2026-11-30T00:00:00Z
Lot 6 Contract End: 2029-11-29T23:59:59Z
Lot 6 SME Suitable: Yes
Lot 6 Award Criterion (price): Pricing (30%)
Lot 6 Award Criterion (quality): Framework and Call Off Task Management (20%)
Lot 6 Award Criterion (quality): Continuous Improvement (10%)
Lot 6 Award Criterion (quality): Social Value (10%)
Lot 6 Award Criterion (quality): Environment Strategy (10%)
Lot 6 Award Criterion (quality): Service Delivery and Scenarios (20%)
Lot Title: CDM Client Advisor Services
Lot Description: Anticipated Maximum £130k + VAT CDM Client Advisor Services. It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis. The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.
Lot 7 Status: active
Lot 7 Has Options: Yes
Lot 7 Options: The Authority may exercise an option to extend for 12 months.
Lot 7 Value: GBP 130,000
Lot 7 Value (Gross): GBP 156,000
Lot 7 Contract Start: 2026-11-30T00:00:00Z
Lot 7 Contract End: 2029-11-29T23:59:59Z
Lot 7 SME Suitable: Yes
Lot 7 Award Criterion (price): Pricing (30%)
Lot 7 Award Criterion (quality): Framework and Call Off Task Management (20%)
Lot 7 Award Criterion (quality): Continuous Improvement (10%)
Lot 7 Award Criterion (quality): Social Value (10%)
Lot 7 Award Criterion (quality): Environment Strategy (10%)
Lot 7 Award Criterion (quality): Service Delivery and Scenarios (20%)
Lot Title: Environmental and Engineering
Lot Description: Anticipated Maximum £560k + VAT Environmental and Engineering Consultancy Services including Environmental Impact Assessments, site/ground investigations, ecological surveys, archaeological surveys and flood risk assessments. Lot 8 will be involved in traditional construction projects and will also be used as part of wider development projects. Providers will need to demonstrate competence, either themselves, or through their supply chain, in undertaking various services including: • Environmental Impact Assessments • Site/ground investigations • Ecological surveys • Habitat surveys • Archaeological surveys • Traffic and transport surveys • Flood risk assessments • Support in Planning applications • BREEAM/Low Carbon assessor roles It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.
Lot 8 Status: active
Lot 8 Has Options: Yes
Lot 8 Options: The Authority may exercise an option to extend for 12 months.
Lot 8 Value: GBP 560,000
Lot 8 Value (Gross): GBP 672,000
Lot 8 Contract Start: 2026-11-30T00:00:00Z
Lot 8 Contract End: 2029-11-29T23:59:59Z
Lot 8 SME Suitable: Yes
Lot 8 Award Criterion (price): Pricing (30%)
Lot 8 Award Criterion (quality): Framework and Call Off Task Management (20%)
Lot 8 Award Criterion (quality): Continuous Improvement (10%)
Lot 8 Award Criterion (quality): Social Value (10%)
Lot 8 Award Criterion (quality): Environment Strategy (10%)
Lot 8 Award Criterion (quality): Service Delivery and Scenarios (20%)
Document Description: Not published
Document Description: 10 C3770 Instructions for Suppliers 20 C3770 Participation and Shortlisting Questionnaire 28 C3770 PSQ App C - Information Assurance Questionnaire 29 C3770 PSQ App D - Notation Value Calculation sheet 30 C3770 Tender Quality Response Template 40 C3770 TQR Scenarios Lots 1 to 8 50 Statement of Requirements - Lots 1 to 7 60 C3770 Terms and Conditions 70 C3770 Pricing Schedules Lots 1 to 8 80 C3770 Framework Operation Manual 90 C3770 FOM Annex 1 LCBS Assessment Tool
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PTWR-7124-XZXQ",
"name": "Cheshire East Council"
},
"date": "2026-01-19T13:35:59Z",
"id": "004354-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05dd12",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Crewe",
"postalCode": "CW12JZ",
"region": "UKD62",
"streetAddress": "Delamere House, Delamere Street"
},
"contactPoint": {
"email": "procurementeast@cheshireeast.gov.uk",
"name": "Janet Ellison-Jones"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "http://www.cheshireeast.gov.uk"
},
"id": "GB-PPON-PTWR-7124-XZXQ",
"identifier": {
"id": "PTWR-7124-XZXQ",
"scheme": "GB-PPON"
},
"name": "Cheshire East Council",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-11-05T23:59:59Z"
},
"coveredBy": [
"GPA"
],
"description": "Cheshire East Borough Council intends to create a consultants Framework for the provision of construction related professional services. This Framework is to deliver construction related professional services to all internal departments and any organisation that Cheshire East Borough Council is associated with, to include its wholly owned companies, schools, academies, parish/town councils. The overall objective of the framework is to support the Council to deliver their revenue and capital programmes by;\n\u2022 Providing professional expertise on construction related projects,\n\u2022 Providing capacity and skills that allows flexibility where necessary to support existing Council services\n\u2022 Providing cost certainty\n\u2022 Standardise and streamline processes with continuous feedback and performance improvements with regards to external resource\n\u2022 Realise efficiencies through knowledge sharing and monitoring \u0026 management of performance in terms of cost and quality\nThe Framework will be divided into the following lots:-\nLot 1 - Architectural Services\nLot 2 - Building Services Engineering\nLot 3 - Quantity Surveying Services\nLot 4 - Structural Engineering Services\nLot 5 - Building Surveying Services\nLot 6 - Heritage Architectural Services\nLot 7 - CDM Client Advisor\nLot 8 - Environmental \u0026 Engineering Consultancy Services\nOther potential beneficiaries of the framework are: Warrington Borough Council, Cheshire West and Chester Borough Council, Cheshire and Warrington Mayoral Combined Authority.\n Anticipated maximum spend \u00a33.27 million.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"description": "10 C3770 Instructions for Suppliers\n20 C3770 Participation and Shortlisting Questionnaire\n28 C3770 PSQ App C - Information Assurance Questionnaire\n29 C3770 PSQ App D - Notation Value Calculation sheet\n30 C3770 Tender Quality Response Template\n40 C3770 TQR Scenarios Lots 1 to 8\n50 Statement of Requirements - Lots 1 to 7\n60 C3770 Terms and Conditions\n70 C3770 Pricing Schedules Lots 1 to 8\n80 C3770 Framework Operation Manual\n90 C3770 FOM Annex 1 LCBS Assessment Tool",
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://www.the-chest.org.uk/"
},
{
"accessDetails": "All documents will be provided any any communication will take place through the messaging system on the Chest portal.\nhttps://www.the-chest.org.uk/",
"documentType": "biddingDocuments",
"id": "future"
},
{
"datePublished": "2026-01-19T13:35:59Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "004354-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/004354-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-02-16T23:59:59Z"
},
"expressionOfInterestDeadline": "2026-02-24T12:00:00Z",
"hasRecurrence": true,
"id": "C3770",
"items": [
{
"additionalClassifications": [
{
"description": "Architectural, construction, engineering and inspection services",
"id": "71000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD6"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Mechanical and electrical engineering services",
"id": "71334000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD6"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Quantity surveying services",
"id": "71324000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD6"
}
],
"id": "3",
"relatedLot": "3"
},
{
"additionalClassifications": [
{
"description": "Structural engineering consultancy services",
"id": "71312000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD6"
}
],
"id": "4",
"relatedLot": "4"
},
{
"additionalClassifications": [
{
"description": "Architectural, construction, engineering and inspection services",
"id": "71000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD6"
}
],
"id": "5",
"relatedLot": "5"
},
{
"additionalClassifications": [
{
"description": "Architectural, construction, engineering and inspection services",
"id": "71000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD6"
}
],
"id": "6",
"relatedLot": "6"
},
{
"additionalClassifications": [
{
"description": "Health and safety services",
"id": "71317200",
"scheme": "CPV"
},
{
"description": "Health and safety consultancy services",
"id": "71317210",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD6"
}
],
"id": "7",
"relatedLot": "7"
},
{
"additionalClassifications": [
{
"description": "Architectural, construction, engineering and inspection services",
"id": "71000000",
"scheme": "CPV"
},
{
"description": "Environmental services",
"id": "90700000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD6"
}
],
"id": "8",
"relatedLot": "8"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Pricing Schedule\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Pricing",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"description": "Framework and Call Off Task Management\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Framework and Call Off Task Management",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Continuous Improvement\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Continuous Improvement",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Social Value\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Environment Strategy\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Environment Strategy",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Service Delivery and Scenarios\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Service Delivery and Scenarios",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-11-29T23:59:59Z",
"maxExtentDate": "2030-11-29T23:59:59Z",
"startDate": "2026-11-30T00:00:00Z"
},
"description": "Anticipated Maximum \u00a3480k + VAT\nThe Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME\u0027s). \nFor the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.",
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "The Authority may exercise an option to extend for 12 months."
},
"renewal": {
"description": "The initial contract term will be 36 months. The Authority reserves the right to exercise an option to extend the contract for up to 12 months."
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "economic"
},
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "technical"
},
{
"description": "Top scoring tenders as per shortlisting criteria stated within tender documentation.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Architectural Services",
"value": {
"amount": 480000,
"amountGross": 576000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pricing Schedule\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Pricing",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"description": "Framework and Call Off Task Management\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Framework and Call Off Task Management",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Continuous Improvement\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Continuous Improvement",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Social Value\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Environment Strategy\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Environment Strategy",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Service Delivery and Scenarios\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Service Delivery and Scenarios",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-11-29T23:59:59Z",
"maxExtentDate": "2030-11-29T23:59:59Z",
"startDate": "2026-11-30T00:00:00Z"
},
"description": "Anticipated Maximum \u00a3360k + VAT\nIt is envisaged that the majority of projects will be allocated by direct appointment. At the Council\u0027s discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis.\nThe Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME\u0027s). \nFor the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.",
"hasOptions": true,
"hasRenewal": true,
"id": "2",
"options": {
"description": "The Authority may exercise an option to extend for 12 months."
},
"renewal": {
"description": "The initial contract term will be 36 months. The Authority reserves the right to exercise an option to extend the contract for up to 12 months."
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "economic"
},
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "technical"
},
{
"description": "Top scoring suppliers as per shortlisting criteria stated within the PSQ documentation.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Building Services Engineering",
"value": {
"amount": 360000,
"amountGross": 432000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pricing Schedule\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Pricing",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"description": "Framework and Call Off Task Management\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Framework and Call Off Task Management",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Continuous Improvement\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Continuous Improvement",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Social Value\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Environment Strategy\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Environment Strategy",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Service Delivery and Scenarios\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Service Delivery and Scenarios",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-11-29T23:59:59Z",
"maxExtentDate": "2030-11-29T23:59:59Z",
"startDate": "2026-11-30T00:00:00Z"
},
"description": "Anticipated Maximum \u00a3500k + VAT\nIt is envisaged that the majority of projects will be allocated by direct appointment. At the Council\u0027s discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis.\nThe Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME\u0027s). \nFor the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.",
"hasOptions": true,
"hasRenewal": true,
"id": "3",
"options": {
"description": "The Authority may exercise an option to extend for 12 months."
},
"renewal": {
"description": "The initial contract term will be 36 months. The Authority reserves the right to exercise an option to extend the contract for up to 12 months."
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "economic"
},
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "technical"
},
{
"description": "Top scoring suppliers as per shortlisting criteria stated within the PSQ documentation.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Quantity Surveying Services",
"value": {
"amount": 500000,
"amountGross": 600000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pricing Schedule\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Pricing",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"description": "Framework and Call Off Task Management\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Framework and Call Off Task Management",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Continuous Improvement\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Continuous Improvement",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Social Value\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Environment Strategy\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Environment Strategy",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Service Delivery and Scenarios\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Service Delivery and Scenarios",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-11-29T23:59:59Z",
"maxExtentDate": "2030-11-29T23:59:59Z",
"startDate": "2026-11-30T00:00:00Z"
},
"description": "Anticipated Maximum \u00a3160k + VAT\nIt is envisaged that the majority of projects will be allocated by direct appointment. At the Council\u0027s discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis.\nThe Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME\u0027s). \nFor the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.",
"hasOptions": true,
"hasRenewal": true,
"id": "4",
"options": {
"description": "The Authority may exercise an option to extend for 12 months."
},
"renewal": {
"description": "The initial contract term will be 36 months. The Authority reserves the right to exercise an option to extend the contract for up to 12 months."
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "economic"
},
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "technical"
},
{
"description": "Top scoring suppliers as per shortlisting criteria stated within the PSQ documentation.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Structural Engineering Services",
"value": {
"amount": 160000,
"amountGross": 192000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pricing Schedule\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Pricing",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"description": "Framework and Call Off Task Management\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Framework and Call Off Task Management",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Continuous Improvement\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Continuous Improvement",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Social Value\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Environment Strategy\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Environment Strategy",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Service Delivery and Scenarios\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Service Delivery and Scenarios",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-11-29T23:59:59Z",
"maxExtentDate": "2030-11-29T23:59:59Z",
"startDate": "2026-11-30T00:00:00Z"
},
"description": "Anticipated Maximum \u00a3550k + VAT\nArchitectural Design/Consultancy Services together with sub-consultant services for Building Services, Quantity Surveying and Structural Engineering.\nThis lot may be requested to provide a multi-disciplinary design service. Providers must therefore be able to deliver the design services detailed in Lots 1, 2 and 4 either themselves or through their supply chain.\nIt is envisaged that the majority of projects will be allocated by direct appointment. At the Council\u0027s discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis.\nThe Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME\u0027s).\nFor the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.",
"hasOptions": true,
"hasRenewal": true,
"id": "5",
"options": {
"description": "The Authority may exercise an option to extend for 12 months."
},
"renewal": {
"description": "The initial contract term will be 36 months. The Authority reserves the right to exercise an option to extend the contract for up to 12 months."
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "economic"
},
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "technical"
},
{
"description": "Top scoring suppliers as per shortlisting criteria stated within the PSQ documentation.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Building Surveying Services (inc. Site Inspection Services)",
"value": {
"amount": 550000,
"amountGross": 660000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pricing Schedule\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Pricing",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"description": "Framework and Call Off Task Management\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Framework and Call Off Task Management",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Continuous Improvement\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Continuous Improvement",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Social Value\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Environment Strategy\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Environment Strategy",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Service Delivery and Scenarios\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Service Delivery and Scenarios",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-11-29T23:59:59Z",
"maxExtentDate": "2030-11-29T23:59:59Z",
"startDate": "2026-11-30T00:00:00Z"
},
"description": "Anticipated Maximum \u00a3530k + VAT\nArchitectural Design/Consultancy Services together with sub-consultant services for Building Services and Structural Engineering.\nThis lot may be requested to provide a multi-disciplinary design service. Providers must therefore be able to deliver the design services detailed in Lots 1, 2 and 4 either themselves or through their supply chain.\nIt is envisaged that the majority of projects will be allocated by direct appointment. At the Council\u0027s discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis.\nThe Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME\u0027s).\nFor the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.",
"hasOptions": true,
"hasRenewal": true,
"id": "6",
"options": {
"description": "The Authority may exercise an option to extend for 12 months."
},
"renewal": {
"description": "The initial contract term will be 36 months. The Authority reserves the right to exercise an option to extend the contract for up to 12 months."
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "economic"
},
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "technical"
},
{
"description": "Top scoring suppliers as per shortlisting criteria stated within the PSQ documentation.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Heritage Architectural Services",
"value": {
"amount": 530000,
"amountGross": 636000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pricing Schedule\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Pricing",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"description": "Framework and Call Off Task Management\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Framework and Call Off Task Management",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Continuous Improvement\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Continuous Improvement",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Social Value\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Environment Strategy\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Environment Strategy",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Service Delivery and Scenarios\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Service Delivery and Scenarios",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-11-29T23:59:59Z",
"maxExtentDate": "2030-11-29T23:59:59Z",
"startDate": "2026-11-30T00:00:00Z"
},
"description": "Anticipated Maximum \u00a3130k + VAT\nCDM Client Advisor Services. It is envisaged that the majority of projects will be allocated by direct appointment. At the Council\u0027s discretion projects may also be allocated following a mini competition on either a lowest price or MAT basis.\nThe Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME\u0027s). \nFor the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.",
"hasOptions": true,
"hasRenewal": true,
"id": "7",
"options": {
"description": "The Authority may exercise an option to extend for 12 months."
},
"renewal": {
"description": "The initial contract term will be 36 months. The Authority reserves the right to exercise an option to extend the contract for up to 12 months."
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "economic"
},
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "technical"
},
{
"description": "Top scoring suppliers as per shortlisting criteria stated within the PSQ documentation.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "CDM Client Advisor Services",
"value": {
"amount": 130000,
"amountGross": 156000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pricing Schedule\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Pricing",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
},
{
"description": "Framework and Call Off Task Management\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Framework and Call Off Task Management",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Continuous Improvement\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Continuous Improvement",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Social Value\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Environment Strategy\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Environment Strategy",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Service Delivery and Scenarios\nFor full details refer to 30 C3770 Tender Quality Response Template",
"name": "Service Delivery and Scenarios",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2029-11-29T23:59:59Z",
"maxExtentDate": "2030-11-29T23:59:59Z",
"startDate": "2026-11-30T00:00:00Z"
},
"description": "Anticipated Maximum \u00a3560k + VAT\nEnvironmental and Engineering Consultancy Services including Environmental Impact Assessments, site/ground investigations, ecological surveys, archaeological surveys and flood risk assessments.\nLot 8 will be involved in traditional construction projects and will also be used as part of wider development projects. Providers will need to demonstrate competence, either themselves, or through their supply chain, in undertaking various services including:\n\u2022 Environmental Impact Assessments\n\u2022 Site/ground investigations\n\u2022 Ecological surveys\n\u2022 Habitat surveys\n\u2022 Archaeological surveys\n\u2022 Traffic and transport surveys\n\u2022 Flood risk assessments\n\u2022 Support in Planning applications\n\u2022 BREEAM/Low Carbon assessor roles\nIt is envisaged that the majority of projects will be allocated by direct appointment. At the Council\u0027s discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis.\nThe Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME\u0027s). \nFor the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most advantageous tender.",
"hasOptions": true,
"hasRenewal": true,
"id": "8",
"options": {
"description": "The Authority may exercise an option to extend for 12 months."
},
"renewal": {
"description": "The initial contract term will be 36 months. The Authority reserves the right to exercise an option to extend the contract for up to 12 months."
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "economic"
},
{
"description": "Refer to PSQ Documentation for detail of conditions of participation and shortlisting criteria.",
"type": "technical"
},
{
"description": "Top scoring suppliers as per shortlisting criteria stated within the PSQ documentation.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Environmental and Engineering",
"value": {
"amount": 560000,
"amountGross": 672000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"participationFees": [
{
"description": "There is a retrospective rebate charged to suppliers of 3%.",
"id": "ocds-h6vhtk-05dd12",
"relativeValue": {
"monetaryValue": "award",
"proportion": 0.03
},
"type": [
"win"
]
}
],
"procedure": {
"features": "Procedure\nStage 1 Participation and Shortlisting Stage\nQualified suppliers meeting the conditions of participation will then have their responses to the shortlisting criteria assessed and scored.\nThe top 5 scoring suppliers from each of the 8 lots will advance to the tender stage.\nShortlisting Criteria Question\tWeightings:\nQS.1 Relevant Experience and Contract Examples 40%\nQS.2 Relevant technical staff\t30%\nQS.3 Performance Management\t20%\nQS.4 Carbon Targets 10%\nAward Criteria:\nPricing 30%\nFramework and Call Off Task Management 20%\nContinuous improvement 10%\nSocial Value 10%\nEnvironment Strategy 10% \nService Delivery and Scenarios 20%"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"recurrence": {
"dates": [
{
"startDate": "2030-01-14T23:59:59Z"
}
]
},
"status": "active",
"submissionMethodDetails": "All document is available and all communication will take place through the messaging system on the Chest portal.\nhttps://www.the-chest.org.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"buyerCategories": "The below authorities are potential beneficiaries of this framework agreement and will do so with the permission of Cheshire East Borough Council.\nWarrington Borough Council https://www.warrington.gov.uk/services\nCheshire West and Chester Borough Council https://www.cheshirewestandchester.gov.uk/\nCheshire and Warrington Mayoral Combined Authority - when in place",
"buyerLocationRestrictions": [
{
"gazetteer": {
"identifiers": [
"UKD6"
],
"scheme": "GB-ITL"
}
}
],
"description": "For all Lots it is envisaged that the majority of projects called off from the framework will be allocated by direct appointment to the Provider who ranked number one in the Framework Tender evaluation process (subject to confirmation of capability and capacity, and to satisfactory framework performance). \nOccasionally projects may also be allocated following a mini competition, between all providers on a Lot, on either a lowest price basis or a Most Advantageous Tender (MAT) basis. On a lowest price basis the Provider submitting the lowest acceptable tender will be allocated the project. Under a mini competition on the MAT basis Providers will be required to respond to a number of questions as well as submitting a tender price (see the Framework Operation Manual for further details).",
"maximumParticipants": 24,
"method": "withAndWithoutReopeningCompetition",
"type": "open"
},
"hasFrameworkAgreement": true
},
"title": "C3770 Framework for Construction Related Consultancy",
"value": {
"amount": 3270000,
"amountGross": 3924000,
"currency": "GBP"
}
}
}