Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

EHC 0119 Provision of a Multidisciplinary Design Team for the Redevelopment of Hertford Theatre

  • First published: 07 February 2019
  • Last modified: 07 February 2019
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
East Hertfordshire District Council
Authority ID:
AA21057
Publication date:
07 February 2019
Deadline date:
07 March 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A multi-disciplinary team of expert consultants with theatre experience and capability are required to be selected to develop the client brief and the early design proposals in greater detail. The selected team will be encouraged to take a fresh look at the building, its redesign, working with the requirements of the client brief and budget.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Hertfordshire District Council

Wallfields, Pegs Lane

Hertford

SG13 8EQ

UK

Contact person: Tamara Jarvis

Telephone: +44 1279502240

E-mail: tamara.jarvis@eastherts.gov.uk

NUTS: UKH23

Internet address(es)

Main address: www.eastherts.gov.uk

Address of the buyer profile: www.supplyhertfordshire.uk

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

www.supplyhertfordshire.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

EHC 0119 Provision of a Multidisciplinary Design Team for the Redevelopment of Hertford Theatre

Reference number: EHC136/1135/2019

II.1.2) Main CPV code

71200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

East Hertfordshire District Council are currently seeking tenders for the provision of a multi-disciplinary design team for the redevelopment of Hertford Theatre. The tender documents can be accessed from the my tenders area of the Supply Hertfordshire website and selecting the view details button of this project. Please note the deadline for returns and allow sufficient time to make your return as late returns will not be permitted. Any questions relating to this tender should be made via correspondence on the website and can be addressed to the main contact as shown in the details above.

II.1.5) Estimated total value

Value excluding VAT: 750 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71200000

71221000

71210000

71220000

71223000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

Hertford, Hertfordshire.

II.2.4) Description of the procurement

A multi-disciplinary team of expert consultants with theatre experience and capability are required to be selected to develop the client brief and the early design proposals in greater detail. The selected team will be encouraged to take a fresh look at the building, its redesign, working with the requirements of the client brief and budget.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 750 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Detailed information can be found in the selection questionnaire.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Selection criteria as stated in the procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/03/2019

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 25/03/2019

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Council reserves the right to cancel the procurement at any stage of the procurement process and not to award a contract. The Council nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract, including their associated entities or any other person. To access this procurement opportunity please visit:www.supplyhertfordshire.uk and follow the onscreen guidance. If you wish to be considered as a bidder you must complete and submit the Selection Questionnaire (SQ) by the closing date and time. Selection questionnaires cannot be uploaded after the closing date and time. Any clarifications regarding this opportunity must be raised through the Correspondence areas in the eTendering system. If you are experiencing problems with the eTendering system, In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.com or telephone +441144070065 for any website/technical questions, Monday to Friday 8:30 a.m. to 5:30 p.m. The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law, including Freedom of Information Act 2000. If the potential supplier considers that any of the information submitted in the proposal should not be disclosed because of its commercial sensitivity or for reasons of confidentiality, then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the potential supplier about such commercially sensitive or confidential information when considering any request received under the Freedom of Information Act 2000 before replying to such a request, but the decision of the Council in deciding whether an exemption applies is final. The Council reserves the right to carry out additional financial checks on all companies tendering for this contract at any time during the procurement process, to ensure that they continue to meet the Council's requirements and remain financially viable to perform the contract. The Contracting Authority will require a group of economic operators to whom the contract is awarded to form a legal entity. Any deposits or guarantees will be established as part of the procurement process. Any financing conditions and payment arrangements will be established as part of the process.

VI.4) Procedures for review

VI.4.1) Review body

High Court England and Wales

The Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

High Court England and Wales

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract 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 and Wales). Any such action must be brought promptly and within the time-limits as defined in the above regulations. Where a contract 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 contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

Hertford

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

04/02/2019

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71223000 Architectural services for building extensions Architectural design services
71221000 Architectural services for buildings Architectural design services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tamara.jarvis@eastherts.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.