Section one: Contracting authority
one.1) Name and addresses
South Oxfordshire District Council
Abbey House, Abbey Close
Abingdon
OX14 3JE
Contact
Mrs Angela Cox
procurement@southandvale.gov.uk
Telephone
+44 7761329169
Country
United Kingdom
Region code
UKJ14 - Oxfordshire
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
https://procontract.due-north.com/Advert/Index?advertId=45780fe1-9613-ef11-812b-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=45780fe1-9613-ef11-812b-005056b64545
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
Provision of Professional Services for the new waste vehicle depot project
Reference number
DN724390
two.1.2) Main CPV code
- 71315200 - Building consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
South Oxfordshire District Council and Vale of White Horse District Council are looking to procure a professional services team for the new waste vehicle fleet depot, located in Oxfordshire
Project Manager Responsible for acting on behalf of the Council and to coordinate in all matters concerning the Project and throughout all RIBA stages the duties of the Cost Consultant, Lead Designer and other Consultants and the Main Contractor during the design and build stages.
Lead Designer Responsible for coordinating the inputs and information from each member of the Design Team and/or Other Consultants who are supporting the Project.
Design Team
and/or Consultants Consultants identified by the Project Manager and/or Lead Designer to who are responsible for the design and construction of the project
Project Refers to all matters relating to the delivery of a new waste vehicle fleet depot Project to meet the requirements of the Council.
Project Delivery Programme Agreed delivery programme that is maintained and updated throughout the duration of the Projects delivery.
Main Contractor (including Sub-Contractors The construction team who are contracted to undertake the construction or design and build of the new waste vehicle fleet depot.
Employer’s Requirements/ Specification The Council’s requirements for the Project
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
two.2.4) Description of the procurement
South Oxfordshire District Council and Vale of White Horse District Council are looking to procure a professional services team for the new waste vehicle fleet depot, located in Oxfordshire
Project Manager Responsible for acting on behalf of the Council and to coordinate in all matters concerning the Project and throughout all RIBA stages the duties of the Cost Consultant, Lead Designer and other Consultants and the Main Contractor during the design and build stages.
Lead Designer Responsible for coordinating the inputs and information from each member of the Design Team and/or Other Consultants who are supporting the Project.
Design Team
and/or Consultants Consultants identified by the Project Manager and/or Lead Designer to who are responsible for the design and construction of the project
Project Refers to all matters relating to the delivery of a new waste vehicle fleet depot Project to meet the requirements of the Council.
Project Delivery Programme Agreed delivery programme that is maintained and updated throughout the duration of the Projects delivery.
Main Contractor (including Sub-Contractors The construction team who are contracted to undertake the construction or design and build of the new waste vehicle fleet depot.
Employer’s Requirements/ Specification The Council’s requirements for the Project
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
End date
1 May 2026
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
30 June 2024
Local time
11:30pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 July 2024
Local time
9:00am
Place
Electronic tender box will be verified at 9am by the finance team and submissions passed to the procurement team for the evaluation to commence.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Centre for Effective Dispute Resolution (CEDR)
100 St Pauls Churchyard
London
EC4M 8NU
Country
United Kingdom