by
© Barrow Coastal Path near North Scale by David Dixon, CC BY-SA 2.0 , via Wikimedia Commons
Westmorland and Furness Professional Services Framework
A four-year multidisciplinary professional services framework supporting property, highways, and regeneration projects across Westmorland and Furness, Cumbria.
The Professional Services Framework 2026–2030 will support the delivery of Westmorland and Furness Council’s capital investment programme, with a value of approximately £487 million across the five-year capital plan.
The framework covers three Lots:
1. Property – design, architecture, surveying, and building engineering services.
2. Civils & Infrastructure – highways, flood defence, cycling/walking infrastructure, and major civil projects.
3. Planning, Growth & Sustainability – strategic planning, regeneration, and environmental consultancy.
It will provide professional consultancy for projects including schools, care facilities, transport networks, flood mitigation, and decarbonisation schemes, enabling sustainable growth, regeneration, and carbon reduction.
Location
Sector
infrastructure, landscape-public-realm, urban-masterplanning
Intervention
Multi-disciplinary consultancy covering design, engineering, planning, and sustainability.
Tender Portal
Tender Stage
ITT
Deadline
12 December 2025
Project Value/Scale
£14m
Consultant Team
Depending on the Lot, bidders should include or have access to:
Architect / Lead Designer
Civil and Structural Engineers
MEP Engineers
Quantity Surveyor / Cost Consultant
Project Manager
Principal Designer (CDM)
Planning Consultant
Environmental / Sustainability Advisor
Transport Planner
Landscape Architect
Architect / Lead Designer
Civil and Structural Engineers
MEP Engineers
Quantity Surveyor / Cost Consultant
Project Manager
Principal Designer (CDM)
Planning Consultant
Environmental / Sustainability Advisor
Transport Planner
Landscape Architect
Submission Criteria
Mandatory Documents:
Appendix 1 – Procurement Specific Questionnaire (PSQ)
Appendix 2 – ITT Response (Technical & Quality)
Appendix 3 – Commercial Worksheet (pricing)
Appendix 4 – Form of Tender Declaration
Appendix 5 – Certificate of Non-Canvassing & Non-Collusion
Appendix 6 – Confidential Information
Appendix 7 – Conflict of Interest Declaration
Appendix 8 – Premier Supply Service
Stage 1B(i): Technical (Pass/Fail, min. 6/10)
A: Relevant Project Experience (10 points)
B: Service Delivery (10 points)
C: Health & Safety (10 points; ISO 45001 or SSIP required)
D: CDM Competence (10 points)
Stage 1B(ii): Quality (Weighted 70%)
E: Resource Capability – 20%
F: Delivery & Quality Management – 20%
G: Social Value & Net Zero – 20% (aligned with Council’s Carbon Strategy and Social Value outcomes table in Schedule 7)
H: Innovation & Continuous Improvement – 10%
Stage 1C: Commercial (Weighted 30%)
Appendix 3 – Fee rates and percentage mark-ups per Lot