Section one: Contracting authority
one.1) Name and addresses
Runnymede Borough Council
Civic Centre, Station Road
Addlestone
KT15 2AH
Contact
anil.pandey@runnymede.gov.uk
Telephone
+44 01932425633
Country
United Kingdom
NUTS code
UKJ25 - West Surrey
Internet address(es)
Main address
Buyer's address
https://www.sesharedservices.org.uk/esourcing
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sesharedservices.org.uk/esourcing
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
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
RMBC-AP-SQ Stage for Building Surveying Consultancy Services
Reference number
RMBC - 035519
two.1.2) Main CPV code
- 71315200 - Building consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
This is for SQ StageRunnymede Borough Council (the Authority) wishes to procure the services of a Building Surveying Consultancy firm to deliver the Council’s Planned capital Works Programme and in doing so, the Service Provider shall be required to undertake a range of Post-Contract activities in order to deliver a number of planned replacement works programmes during the proposed contract term in accordance with Runnymede Borough Council’s Decent Homes housing stock investment priorities.The Service Provider will also be required to provide a small number of pre-contract services (procurement of some of the planned upgrade works) and additional Services (Party wall, Disrepair, stock Condition, Environmental and Energy assessment etc.) from time to time during the terms of the Contract
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
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
- 71315300 - Building surveying services
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
Main site or place of performance
In and around Runnymede
two.2.4) Description of the procurement
Runnymede Borough Council (the Authority") wishes to procure the services of a Building Surveying Consultancy firm to deliver the Council’s Planned capital Works Programme and in doing so, the Service Provider shall be required to undertake a range of Post-Contract activities in order to deliver a number of planned replacement works programmes during the proposed contract term in accordance with Runnymede Borough Council’s ‘Decent Homes’ housing stock investment priorities.The Service Provider will also be required to provide a small number of pre-contract services (procurement of some of the planned upgrade works) and additional Services (Party wall, Disrepair, stock Condition, Environmental & Energy assessment etc.) from time to time during the terms of the Contract as detailed in ITT .
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: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
See SQ document
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 stated in SQ document
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
Restricted procedure
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
12 December 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
Royal Court of Justice
London
Country
United Kingdom