Opportunity

HCC April 2021 - Framework Agreement for the Provision of Professional Consultant Services

  • Hertfordshire County Council

F02: Contract notice

Notice reference: 2021/S 000-009280

Published 29 April 2021, 2:12pm



Section one: Contracting authority

one.1) Name and addresses

Hertfordshire County Council

Pegs Lane

HERTFORD

SG13 8DE

Contact

Strategic Procurement Group

Email

anita.shipman@hertfordshire.gov.uk

Telephone

+44 01707292601

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

www.hertfordshire.gov.uk

Buyer's address

www.supplyhertfordshire.uk

one.3) Communication

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

http://www.supplyhertfordshire.uk

Additional information can be obtained from the above-mentioned address

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

HCC April 2021 - Framework Agreement for the Provision of Professional Consultant Services

Reference number

HCC2112800

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

Hertfordshire County Council (the ‘Council’) is currently out to procurement for the provision of a Framework Agreement for Professional Consultancy Services. There are five Lots in the Framework Agreement. Further information in regards to this opportunity can be found in II.2.4) Description of the procurement field (OJEU Contract Notice refers). Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.

two.1.5) Estimated total value

Value excluding VAT: £10,500,000

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

Asbestos Analytical Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

Lot 1 – Asbestos Analytical Services – This Lot is for the provision of asbestos surveys, bulk sampling and analysis, air monitoring and supervision, general asbestos related advice and asbestos removal project management.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four year term (for all Lots), together with the Call-Off Contracts. For the avoidance of doubt, the estimated annual value of this Lot under the Framework Agreement will be approximately £125,000. The Framework Agreement will be awarded for a term of four years. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council and other participating authorities will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.Organisations should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

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: £500,000

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 Framework Agreement will be reviewed at the end of the Framework period.

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

Planning Advice

Lot No

2

two.2.2) Additional CPV code(s)

  • 71410000 - Urban planning services
  • 71356400 - Technical planning services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71400000 - Urban planning and landscape architectural services
  • 71243000 - Draft plans (systems and integration)

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

Lot 2 – Planning Advice (Town and Country) This lot is for provision of general and specialist town planning advice (e.g. master planning, conservation specialists, landscape and visual impact); and Section 106 viability assessments.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four year term (for all Lots), together with the Call-Off Contracts. For the avoidance of doubt, the estimated annual value of this Lot under the Framework Agreement will be approximately £750,000. 00.The Framework Agreement will be awarded for a term of four years. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council and other participating authorities will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.Organisations should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

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: £3,000,000

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 Framework will be reviewed at the end of the Framework Agreement period.

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

Highways Advice

Lot No

3

two.2.2) Additional CPV code(s)

  • 71311210 - Highways consultancy services

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

Lot 3 – Highways Advice This lot is for provision of general highways advice, transport statements, transport assessments, traffic studies, preparation of school travel plans, highways design all in conjunction with developments promoted by the Council.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four year term (for all Lots), together with the Call-Off Contracts. For the avoidance of doubt, the estimated annual value of this Lot under the Framework Agreement will be approximately £125,000. The Framework Agreement will be awarded for a term of four years. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council and other participating authorities will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.Organisations should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

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: £500,000

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 Framework Agreement will be reviewed at the end of the Framework Agreement period.

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

Multi-Disciplinary Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71220000 - Architectural design services
  • 71314000 - Energy and related services
  • 71243000 - Draft plans (systems and integration)
  • 71313410 - Risk or hazard assessment for construction
  • 71244000 - Calculation of costs, monitoring of costs
  • 71541000 - Construction project management services
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71510000 - Site-investigation services
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71251000 - Architectural and building-surveying services
  • 71321400 - Ventilation consultancy services
  • 71321300 - Plumbing consultancy services
  • 71321100 - Construction economics services
  • 71313420 - Environmental standards for construction
  • 71250000 - Architectural, engineering and surveying services
  • 71313450 - Environmental monitoring for construction
  • 71314310 - Heating engineering services for buildings
  • 71240000 - Architectural, engineering and planning services
  • 71245000 - Approval plans, working drawings and specifications
  • 71247000 - Supervision of building work
  • 71314300 - Energy-efficiency consultancy services
  • 71246000 - Determining and listing of quantities in construction
  • 71321200 - Heating-system design services
  • 71312000 - Structural engineering consultancy services
  • 71530000 - Construction consultancy services
  • 71315210 - Building services consultancy services
  • 71315100 - Building-fabric consultancy services
  • 71313200 - Sound insulation and room acoustics consultancy services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71315200 - Building consultancy services
  • 71520000 - Construction supervision services
  • 71315000 - Building services
  • 71221000 - Architectural services for buildings
  • 71500000 - Construction-related services
  • 71242000 - Project and design preparation, estimation of costs
  • 71315410 - Inspection of ventilation system
  • 71300000 - Engineering services
  • 71324000 - Quantity surveying services
  • 71223000 - Architectural services for building extensions
  • 71315300 - Building surveying services
  • 71314200 - Energy-management services
  • 71314100 - Electrical services
  • 71315400 - Building-inspection services
  • 71200000 - Architectural and related services
  • 71248000 - Supervision of project and documentation
  • 71540000 - Construction management services
  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

Lot 4 – Multi-Disciplinary Services This lot is for provision of professional services in relation to designing and managing building projects and programmes.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four year term (for all Lots), together with the Call-Off Contracts. For the avoidance of doubt, the estimated annual value of this Lot under the Framework Agreement will be approximately £1,500,000.00.The Framework Agreement will be awarded for a term of four years. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council and other participating authorities will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.Organisations should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

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: £6,000,000

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 Framework will be reviewed at the end of the Framework Agreement period.

two.2.10) Information about variants

Variants will be accepted: Yes

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

Cost Consultant

Lot No

5

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services
  • 71244000 - Calculation of costs, monitoring of costs
  • 71242000 - Project and design preparation, estimation of costs

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

Lot 5 – Cost Consultancy This lot is for the provision of independent professional cost consultancy services role with the option of Independent Certifier, Project Management and Contract Administrator support.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four year term (for all Lots), together with the Call-Off Contracts. For the avoidance of doubt, the estimated annual value of this Lot under the Framework Agreement will be approximately £125,000. The Framework Agreement will be awarded for a term of four years. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council and other participating authorities will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.Organisations should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

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: £500,000

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 Framework will be reviewed att he end of the Framework Agreement period.

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.1.2) 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


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: 26

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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

4 June 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

4 June 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system.This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Framework Agreement or award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Framework Agreement.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court, The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Framework Agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.

six.4.4) Service from which information about the review procedure may be obtained

Chief Legal Officer, Hertfordshire County Council

County Hall

HERTFORD

SG13 8DE

Country

United Kingdom