HCC April 2021 - Framework Agreement for the Provision of Professional Consultant Services
A Tender Notice
by HERTFORDSHIRE COUNTY COUNCIL
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- £10M
- Sector
- CONSTRUCTION
- Published
- 29 Apr 2021
- Delivery
- To 14 May 2025 (est.)
- Deadline
- 04 Jun 2021 11:00
Concepts
Location
Hertfordshire:
1 buyer
- Hertfordshire County Council Hertford
Description
Hertfordshire County Council (the ‘Council’) is currently out to procurement for the provision of a Framework Agreement for Professional Consultancy Services. There are five Lots in the Framework Agreement.
Lot Division
1 | Asbestos Analytical Service
Lot 1 – Asbestos Analytical Services – This Lot is for the provision of asbestos surveys, bulk sampling and analysis, air monitoring and supervision, general asbestos related advice and asbestos removal project management.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four year term (for all Lots), together with the Call-Off Contracts. For the avoidance of doubt, the estimated annual value of this Lot under the Framework Agreement will be approximately £125,000. The Framework Agreement will be awarded for a term of four 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 and 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. |
2 | Planning Advice
Lot 2 – Planning Advice (Town and Country) This lot is for provision of general and specialist town planning advice (e.g. master planning, conservation specialists, landscape and visual impact); and Section 106 viability assessments.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four year term (for all Lots), together with the Call-Off Contracts. For the avoidance of doubt, the estimated annual value of this Lot under the Framework Agreement will be approximately £750,000. 00.The Framework Agreement will be awarded for a term of four 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 and 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. |
3 | Highways Advice
Lot 3 – Highways Advice This lot is for provision of general highways advice, transport statements, transport assessments, traffic studies, preparation of school travel plans, highways design all in conjunction with developments promoted by the Council.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four year term (for all Lots), together with the Call-Off Contracts. For the avoidance of doubt, the estimated annual value of this Lot under the Framework Agreement will be approximately £125,000. The Framework Agreement will be awarded for a term of four 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 and 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. |
4 | Multi-Disciplinary Services
Lot 4 – Multi-Disciplinary Services This lot is for provision of professional services in relation to designing and managing building projects and programmes.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four year term (for all Lots), together with the Call-Off Contracts. For the avoidance of doubt, the estimated annual value of this Lot under the Framework Agreement will be approximately £1,500,000.00.The Framework Agreement will be awarded for a term of four 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 and 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. |
5 | Cost Consultant
Lot 5 – Cost Consultancy This lot is for the provision of independent professional cost consultancy services role with the option of Independent Certifier, Project Management and Contract Administrator support.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the four year term (for all Lots), together with the Call-Off Contracts. For the avoidance of doubt, the estimated annual value of this Lot under the Framework Agreement will be approximately £125,000. The Framework Agreement will be awarded for a term of four 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 and 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. |
CPV Codes
- 71000000 - Architectural, construction, engineering and inspection services
- 90650000 - Asbestos removal services
- 71410000 - Urban planning services
- 71356400 - Technical planning services
- 71241000 - Feasibility study, advisory service, analysis
- 71400000 - Urban planning and landscape architectural services
- 71243000 - Draft plans (systems and integration)
- 71311210 - Highways consultancy services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71220000 - Architectural design services
- 71314000 - Energy and related services
- 71313410 - Risk or hazard assessment for construction
- 71244000 - Calculation of costs, monitoring of costs
- 71541000 - Construction project management services
- 71313000 - Environmental engineering consultancy services
- 71313400 - Environmental impact assessment for construction
- 71510000 - Site-investigation services
- 71313440 - Environmental Impact Assessment (EIA) services for construction
- 71251000 - Architectural and building-surveying services
- 71321400 - Ventilation consultancy services
- 71321300 - Plumbing consultancy services
- 71321100 - Construction economics services
- 71313420 - Environmental standards for construction
- 71250000 - Architectural, engineering and surveying services
- 71313450 - Environmental monitoring for construction
- 71314310 - Heating engineering services for buildings
- 71240000 - Architectural, engineering and planning services
- 71245000 - Approval plans, working drawings and specifications
- 71247000 - Supervision of building work
- 71314300 - Energy-efficiency consultancy services
- 71246000 - Determining and listing of quantities in construction
- 71321200 - Heating-system design services
- 71312000 - Structural engineering consultancy services
- 71530000 - Construction consultancy services
- 71315210 - Building services consultancy services
- 71315100 - Building-fabric consultancy services
- 71313200 - Sound insulation and room acoustics consultancy services
- 71315200 - Building consultancy services
- 71520000 - Construction supervision services
- 71315000 - Building services
- 71221000 - Architectural services for buildings
- 71500000 - Construction-related services
- 71242000 - Project and design preparation, estimation of costs
- 71315410 - Inspection of ventilation system
- 71300000 - Engineering services
- 71324000 - Quantity surveying services
- 71223000 - Architectural services for building extensions
- 71315300 - Building surveying services
- 71314200 - Energy-management services
- 71314100 - Electrical services
- 71315400 - Building-inspection services
- 71200000 - Architectural and related services
- 71248000 - Supervision of project and documentation
- 71540000 - Construction management services
- 71320000 - Engineering design services
Indicators
- This is a recurring contract.
- Renewals are available.
Legal Justification
N/A
Other Information
Further information in regards to this opportunity can be found in II.2.4) Description of the procurement field (OJEU Contract Notice refers). 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. ** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 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.
Reference
- ocds-h6vhtk-02abb1
- FTS 009280-2021