Section one: Contracting authority
one.1) Name and addresses
Welwyn Hatfield Borough Council
The Campus
Welwyn Garden City
AL8 6AE
Contact
Procurement
Telephone
+44 1707357371
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplyhertfordshire.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplyhertfordshire.uk
Tenders or requests to participate must be submitted to the above-mentioned address
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
WHC - Ground Survey Frameworks
Reference number
C905
two.1.2) Main CPV code
- 71250000 - Architectural, engineering and surveying services
two.1.3) Type of contract
Services
two.1.4) Short description
Welwyn Hatfield Borough Council , has a number of redevelopment and construction schemes which will be rolled out across the Borough in the coming years. It is considered likely that surveys will be required for each of these schemes.The procurement is being let as two Lots (Land Surveys and Ground Surveys). Bidders may bid for either of both Lots and a multi Lot discount is also being invited.There will be one preferred framework contractor appointed for each Lot with two reserves also appointed.
two.1.5) Estimated total value
Value excluding VAT: £800,000
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
Land Surveys
Lot No
1
two.2.2) Additional CPV code(s)
- 71251000 - Architectural and building-surveying services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
• Topographical surveys plotted to CAD• Ground Penetrating Radar and Electromagnetic Location Surveys plotted to CAD• Measured Building Surveys (including floor plans and elevations and if required sections), plotted to CAD (dwg format)• Utilities and services searches plotted to CAD• CCTV Drainage surveys plotted to CAD• Full drainage surveys, plotted to CAD• UXO
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2021
End date
30 August 2024
This contract is subject to renewal
Yes
Description of renewals
One year possible extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Ground Investigations
Lot No
2
two.2.2) Additional CPV code(s)
- 45111250 - Ground investigation work
- 71351500 - Ground investigation services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
• Phase I Investigation (Desktop Study)• Phase II Intrusive Investigation• Geotechnical and environmental services to include:o surface and subsurface exploration,o Borehole & trial pitting investigationo soil sampling, and testingo groundwater monitoring,o Soakaway / permeability testingo CBR testingo Chemical Testingo Gas Monitoringo Contamination Testing (via UKAS accredited laboratories)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2021
End date
30 August 2024
This contract is subject to renewal
Yes
Description of renewals
One year possible extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: 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 detailed in the tender 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.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not applicable
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
23 April 2021
Local time
5:00pm
Place
Welwyn Garden City
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Institute of Arbitrators
London
Country
United Kingdom