Opportunity

BHCC HP DPS for Construction Related Consultancy 2021

  • Brighton & Hove City Council
  • Adur District Council
  • Arun District Council
  • Chichester District Council
  • Crawley Borough Council
Show 12 more buyers Show fewer buyers
  • Eastbourne Borough Council
  • East Sussex County Council
  • Hastings Borough Council
  • Horsham District Council
  • Lewes District Council
  • Mid Sussex District Council
  • Mole Valley District Council
  • Reigate and Banstead Borough Council
  • Rother District Council
  • Surrey County Council
  • Wealden District Council
  • Worthing Borough Council

F02: Contract notice

Notice reference: 2021/S 000-005173

Published 15 March 2021, 11:50am



Section one: Contracting authority

one.1) Name and addresses

Brighton & Hove City Council

Hove Town Hall,Norton Road

HOVE

BN33BQ

Contact

Claire Hutchinson

Email

procurement@brighton-hove.gov.uk

Country

United Kingdom

NUTS code

UKJ21 - Brighton and Hove

Internet address(es)

Main address

https://www.brighton-hove.gov.uk/

one.1) Name and addresses

Adur District Council

Worthing Town Hall, Chapel Rod

Worthing

BN11 1HA

Email

procurement@adur-worthing.gov.uk

Country

United Kingdom

NUTS code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.adur-worthing.gov.uk

one.1) Name and addresses

Arun District Council

Maltravers Road

Littlehampton

BN17 5LF

Email

procurement@arun.gov.uk

Country

United Kingdom

NUTS code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.arun.gov.uk/

one.1) Name and addresses

Chichester District Council

1 E Pallant

Chichester

PO19 1TY

Email

procurement@chichester.gov.uk

Country

United Kingdom

NUTS code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.chichester.gov.uk/

one.1) Name and addresses

Crawley Borough Council

Town Hall, The Boulevard

Crawley

RH10 1UZ

Email

procurement@crawley.gov.uk

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://crawley.gov.uk/

one.1) Name and addresses

Eastbourne Borough Council

Grove Road

Eastbourne

BN21 4TW

Email

esph@wealden.gov.uk

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

www.lewes-eastbourne.gov.uk

one.1) Name and addresses

East Sussex County Council

County Hall, St Annes Crescent

Lewes

BN7 1UE

Email

procurement@eastsussex.gov.uk

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

https://www.eastsussex.gov

Buyer's address

https://sesharedservices.org.uk/esourcing

one.1) Name and addresses

Hastings Borough Council

Muriel Matters House, Breeds Place

Hastings

TN34 3UY

Email

procurement@hastings.gov.uk

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

www.hastings.gov.uk

Buyer's address

https://sesharedservices.org.uk/esourcing

one.1) Name and addresses

Horsham District Council

Parkside, Chart Way

Horsham

RH12 1RL

Email

procurement@horsham.gov.uk

Country

United Kingdom

NUTS code

UKJ28 - West Sussex (North East)

Internet address(es)

Main address

www.horsham.gov.uk

Buyer's address

https://sesharedservices.org.uk/esourcing

one.1) Name and addresses

Lewes District Council

Southover Road

Lewes

BN7 1AB

Email

esph@wealden.gov.uk

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

www.lewes-eastbourne.gov.uk

Buyer's address

https://sesharedservices.org.uk/esourcing

one.1) Name and addresses

Mid Sussex District Council

Oaklands Road

Haywards Heath

RH16 1SS

Email

procurement@horsham.gov.uk

Country

United Kingdom

NUTS code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.midsussex.gov.uk/

Buyer's address

https://sesharedservices.org.uk/esourcing

one.1) Name and addresses

Mole Valley District Council

Pippbrook

Dorking

RH4 1SJ

Email

procurement@horsham.gov.uk

Country

United Kingdom

NUTS code

UKJ26 - East Surrey

Internet address(es)

Main address

https://www.molevalley.gov.uk/

Buyer's address

https://sesharedservices.org.uk/esourcing

one.1) Name and addresses

Reigate and Banstead Borough Council

Town Hall, Castlefield Road

Reigate

RH2 0SH

Email

procurement@reigate-banstead.gov.uk

Country

United Kingdom

NUTS code

UKJ26 - East Surrey

Internet address(es)

Main address

www.reigate-banstead.gov.uk

Buyer's address

https://sesharedservices.org.uk/esourcing

one.1) Name and addresses

Rother District Council

Town Hall Square, London Road

Bexhill

TN39 3JX

Email

procurement@rother.gov.uk

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

www.rother.gov.uk

Buyer's address

https://sesharedservices.org.uk/esourcing

one.1) Name and addresses

Surrey County Council

Woodhatch Place 11 Cockshot Hill

Reigate

RH2 8EF

Email

procurement.support@surreycc.gov.uk

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://www.surreycc.gov.uk/

Buyer's address

https://sesharedservices.org.uk/esourcing

one.1) Name and addresses

Wealden District Council

Vicarage Lane

Hailsham

BN27 2AX

Email

esph@wealden.gov.uk

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

www.wealden.gov.uk

Buyer's address

https://sesharedservices.org.uk/esourcing

one.1) Name and addresses

Worthing Borough Council

Worthing Town Hall, Chapel Road

Worthing

BN11 1HA

Email

procurement@adur-worthing.gov.uk

Country

United Kingdom

NUTS code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.adur-worthing.gov.uk/

Buyer's address

https://sesharedservices.org.uk/esourcing

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/sesharedservices/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sesharedservices/aspx/Home

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://in-tendhost.co.uk/sesharedservices/aspx/Home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

BHCC HP DPS for Construction Related Consultancy 2021

Reference number

BHCC-032295

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contracting Authorities intend to use the DPS to call for competition among Admitted Participants in order to award Call-Off Contracts for the provision of construction related consultancy services.

The categories into which the DPS is split, each of which covers a role relating to the construction industry from RIBA stages 0-7, which are as follows:

1. Architectural Services

2. Landscape Architect

3. Asbestos Surveyor

4. Building Surveyor

5. Computer Aided Design Technician

6. Clerk of Works

7. Electrical Engineer/Designer

8. Engineering Services (Civil and Structural)

9. Financial Viability Assessor

10. Health and Safety Advisor

11. Mechanical Engineer/Designer

12. Project Manager

13. Quantity Surveyor/Cost Consultant/Employer's Agent

14. Urban and Regional Planner

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Architectural Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

To provide services in connection with the design and construction of buildings and the space within the site and surrounding the buildings. This could include any or all of Royal Institute of British Architects (RIBA) Stages 0-7

Please refer to Appendix 1 - Specification of Schedule 2 for details of essential and desirable criteria plus anticipated role requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Landscape Architect

Lot No

2

two.2.2) Additional CPV code(s)

  • 71400000 - Urban planning and landscape architectural services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Landscape architects advise on, plan, design and oversee the creation, regeneration and development of external land areas such as gardens and recreational areas, as well as residential, industrial and commercial sites.

Please refer to Appendix 1 - Specification of Schedule 2 for details of Essential Criteria and anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Asbestos Surveyor

Lot No

3

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The role of Asbestos Surveyor will have the following responsibilities:

-To provide technical support in a specialist area of work to the Contracting Authority;

-To carry out monitoring, surveys and inspection;

-Prepare detailed reports and schedules in connection therewith to an advanced level;

-Undertake asbestos fibre counting and identification in accordance with detailed U.K. Government guidelines.

Please refer to Appendix 1 - Specification of Schedule 2 for details of Essential and Desirable Criteria plus anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Building Surveyor

Lot No

4

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Please refer to Appendix 1 - Specification of Schedule 2 for details of Essential and Desirable Criteria plus anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Computer Aided Design Technician

Lot No

5

two.2.2) Additional CPV code(s)

  • 71220000 - Architectural design services
  • 72212422 - Software development services suites

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Computer Aided Design (CAD) Technician may be required to:

- use software to create design plans for buildings or building related projects;

- work in 2D design;

- work in 3D design.

Please refer to Appendix 1 - Specification of Schedule 2 for details of Essential and Desirable Criteria plus anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Clerk of Works

Lot No

6

two.2.2) Additional CPV code(s)

  • 71248000 - Supervision of project and documentation
  • 71520000 - Construction supervision services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Clerk of Works could also be termed as the site inspector and will be required to provide an independent assessment of the works, making sure that building plans and specifications are being followed correctly and will generally report to the contract administrator within the Contracting Authority.

Please refer to Appendix 1 - Specification of Schedule 2 for details of Essential Criteria plus anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Electrical Engineer/Designer

Lot No

7

two.2.2) Additional CPV code(s)

  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Electrical Engineer/Designer role may include:

-Identifying the requirements of the Contracting Authority;

- Researching potential electrical design solutions for construction related projects;

- Producing lighting, emergency lighting, fire alarms, communications infrastructure and power specifications;

- Producing drawings, models and other related information, including for use in Building Information Modelling (BIM);

- Working in conjunction with and as part of a design team (such as the Architect, Structural Engineer and Mechanical Engineer);

- Producing as-built information for use in the Building Manuals;

- Working in multi-disciplinary project teams;

- Duties under the Construction (Design and Management) (CDM) Regulations 2015.

Please refer to Appendix 1 - Specification of Schedule 2 for details of Essential Criteria plus anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Engineering Services (Civil and Structural)

Lot No

8

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71318000 - Advisory and consultative engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

This Lot includes Consultancy services for Civil Engineering and Structural Engineering.

A Candidate needs to be able to provide all these services to be admitted to this lot.

Please refer to Appendix 1 - Specification of Schedule 2 for details of Essential plus anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Financial Viability Assessor

Lot No

9

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71621000 - Technical analysis or consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The role of the financial viability assessor, who could also be termed as business case analyst, is to provide an independent opinion on the financial viability of a contract/scheme/project to support assessment as to whether it can deliver the output specified or fulfil guarantees or warranties.

Please refer to Appendix 1 - Specification of Schedule 2 for details of the anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Health and Safety Advisor

Lot No

10

two.2.2) Additional CPV code(s)

  • 71317210 - Health and safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Health and Safety Advisors will be required to provide construction specific health and safety advice and support to the Contracting Authority.

Please refer to Appendix 1 - Specification of Schedule 2 for details of Essential and Desirable Criteria plus anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Mechanical Engineer/Designer

Lot No

11

two.2.2) Additional CPV code(s)

  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Mechanical Engineers/Designers will be required to prepare and design mechanical services installations for building related projects.

Please refer to Appendix 1 - Specification of Schedule 2 for details of Essential Criteria plus anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Project Manager

Lot No

12

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Project Manager is to represent the Contracting Authority and is responsible for the day-to-day detailed management of the project and provides the interface between the Contracting Authorities project sponsor and the Consultant/s.

Please refer to Appendix 1 - Specification of Schedule 2 for details of Desirable Criteria plus anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Quantity Surveyor/Cost Consultant/Employer's Agent

Lot No

13

two.2.2) Additional CPV code(s)

  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71246000 - Determining and listing of quantities in construction

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

These roles may be fulfilled by one individual but for clarity the roles are defined separately.

Quantity Surveyors will provide expert advice on construction costs. They will help to ensure that proposed projects are affordable and offer good value for money, helping the Contracting Authority and the design team assess and compare different options, and then track variations, ensuring that costs remain under control as the project progresses.

The Cost Consultant role provide estimates and advice regarding the cost of construction works. They will help to ensure that proposed projects are affordable and offer good value for money, helping the Contracting Authority and the design team assess and compare different options, and then track variations, ensuring that costs remain under control as the project progresses.

The role of the Employer's Agent is to act on behalf of the Contracting Authority as the contract administrator for design and build contracts.

A Candidate needs to be able to provide all these services to be admitted to this Lot.

Please refer to Appendix 1 - Specification of Schedule 2 for details of Essential and Desirable Criteria plus anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Urban and Regional Planner

Lot No

14

two.2.2) Additional CPV code(s)

  • 71410000 - Urban planning services
  • 90712100 - Urban environmental development planning

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Urban and regional Planners will be required to develop comprehensive plans and programs for use of land and physical facilities of jurisdictions.

Please refer to Appendix 1 - Specification of Schedule 2 for details of the anticipated Role Requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The DPS will have an initial term of four years, with the option to be extended by up to a further two years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 May 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2025

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Council embraces diversity and welcomes applications from all suitably skilled Candidates of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of bidder workforce and/or ownership. The Council will actively promote sustainable and ethical procurement throughout its supply chain and welcomes applications form bidders committed to reducing the effects of its operations and service delivery at a local and global level. Further details as to the application of sustainable and ethical procurement to this project may be set out in this tender documents.

All procurement documents must be completed electronically, using the SE shared services procurement eSourcing portal: https://in-tendhost.co.uk/sharedservices/aspx/Tenders/Current.

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.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom