Tender

HC C 05/22- Framework Agreement for the Provision of Consultancy Services to Support Construction Projects for Adult Care Services Requirements

  • Hertfordshire County Council

F02: Contract notice

Notice identifier: 2022/S 000-013477

Procurement identifier (OCID): ocds-h6vhtk-033b43

Published 19 May 2022, 1:21pm



Section one: Contracting authority

one.1) Name and addresses

Hertfordshire County Council

Pegs Lane

HERTFORD

SG13 8DE

Contact

Simon Hastings

Email

simon.hastings@hertfordshire.gov.uk

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

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

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