Tender

RMBC-AP-SQ Stage for Building Surveying Consultancy Services

  • Runnymede Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-031778

Procurement identifier (OCID): ocds-h6vhtk-0380a7

Published 9 November 2022, 11:48pm



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

Email

anil.pandey@runnymede.gov.uk

Telephone

+44 01932425633

Country

United Kingdom

NUTS code

UKJ25 - West Surrey

Internet address(es)

Main address

www.runnymede.gov.uk

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