- Scope of the procurement
- Lot One. Project Manager, Employer’s Agent and Quantity Surveyor
- Lot Two. Building Services Engineer Consultant
- Lot Three. Structural and Civil Engineering Consultant
- Lot Four. Architect and Lead Designer
- Lot HCC2113182. HCC2113182 Framework Agreement for the Provision of Consultancy Services to Support Construction Projects for Adult Care Services Requirements
Section one: Contracting authority
one.1) Name and addresses
Hertfordshire County Council
Pegs Lane
HERTFORD
SG13 8DE
Contact
Simon Hastings
simon.hastings@hertfordshire.gov.uk
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
HC C 05/22- Framework Agreement for the Provision of Consultancy Services to Support Construction Projects for Adult Care Services Requirements
Reference number
HCC2113182
two.1.2) Main CPV code
- 71530000 - Construction consultancy 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 the provision of consultancy services to support construction projects for adult care services. Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field 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: £7,200,000
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
Project Manager, Employer’s Agent and Quantity Surveyor
Lot No
One
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
Provide Lead Consultant services for consultants including but not restricted to the following sub-consultants:Architect, Principal Designer, Planning Consultant, Structural and Civil Engineers, Building Services Engineers, BREEAM Consultant or similar,Specialist Consultant Services including Fire Consultancy, Archaeology,Ecology, Acoustic, Soil Investigation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £7,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Building Services Engineer Consultant
Lot No
Two
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
The Consultant shall provide consulting Engineering Services including but not limited to those set out below.- Above Ground soil and waste systems. Acoustical Design and treatment in cconnection with the Engineering Services. Air-Conditioning and mechanical ventilation Services. Boiler Plants and auxiliaries. Calorifier Plants. Domestic Cold Water Services. Comfort Cooling Services. Distribution Mains for any Services.Electrical Distribution Services. Electricity, Lighting and Power installations, including Lighting Fittings. Energy Assessor duties: SBEM Calculations. Energy Performance Certification. Thermal Modelling. SAPs relevant to project. Fire Detection and Alarm Services. Fire Protection Services. Fuel Incoming Supply and Distribution. Space Heating Installations. Domestic Hot Water Services. Incoming Electrical Supplies. Lightning Protection Services. Lifts, Hoists and Escalators. Public Address, Personnel-Location and Call Services. Public Health and Plumbing Services. Radio and Television Installations. External Lighting. Telephone Equipment and Distribution Services. Thermal Insulation. Vibration Control in connection with the Engineering Services. Water Treatment and Filtration. C C T V and security systems.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £7,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Structural and Civil Engineering Consultant
Lot No
Three
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
The Engineer shall provide the Engineering Services including but not limited to those set out below.Superstructure. Substructure. Underground Drainage. Works in connection with external paving and hard standings.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £7,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Architect and Lead Designer
Lot No
Four
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
The Consultant shall act in the role of Lead Design Consultant.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £7,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
HCC2113182 Framework Agreement for the Provision of Consultancy Services to Support Construction Projects for Adult Care Services Requirements
Lot No
HCC2113182
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
Hertfordshire County Council (The Contracting Authority) wishes to start a procurement process to establish a Framework Agreement for the provision of consultancy services to support construction projects for adult care services requirements (herein after referred to as ‘Services’), and is seeking suitably qualified consultants to supply these Services and any related Services under any Agreement resulting from this tendering exercise. Details of the Services required under this Agreement are given in full detail for each Lot and can be found in the separate Lot Description documents.The requirement is for the support of Adult Care Service which have several transformational projects that are to be delivered over the coming years. The Council wishes to establish a Framework of specialist consultants with experience of delivering to support these projects. Examples are of such projects are: - Nursing care programme – delivery of up to 6 Care homes - Adults with Disabilities Programme – extensive homes re-provision programme across the County - Day Service Programme – our current provision requires updating or replacing. - Extra Care – need 1700 extra homes over 10 years. The aim is for exemplar buildings providing quality care fulfilling the relevant sustainability targets that the Council has signed up toThe services required under this Framework Agreement have been divided into four Lots- each with specific requirements. You are invited to bid for one or more Lots. - Lot 1: Project Manager, Employer’s Agent and Quantity Surveyor - Lot 2: Building Services Engineer Consultant- Lot 3: Structural and Civil Engineering Consultant- Lot 4: Architect and Lead DesignerThe estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for a four-year term, together with the Individual call-off contracts and their possible durations. It is anticipated that the term of the call-off contracts awarded under this Framework Agreement could be up to 4 years. For the avoidance of doubt, the estimated annual value of the Contract will be approximately GBP 7,200,000.00.The Framework Agreement will be awarded for an initial term of 4 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 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
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £7,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework will be reviewed at the end of the duration
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 Provided in The Response Documents and Specification
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Will not exceed 4 years
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
21 June 2022
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
21 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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 to 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 Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court,
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
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,
Hertford
SG13 8DE
Country
United Kingdom