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

Professional Services Framework

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • Version: N/A
  • 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:
ocds-h6vhtk-04d5e0
Published by:
Wealden District Council
Authority ID:
AA21026
Publication date:
26 February 2025
Deadline date:
25 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Wealden District Council are seeking to establish a framework for the appointment of professional services consultants to support the delivery of corporate, strategic and capital construction projects. The Council is looking to appoint a wide variety of experienced Consultants to the framework. This framework is targeted for use by the district and borough Councils in East Sussex: Wealden District Council, Rother District Council, Lewes District Council, Eastbourne Borough Council, and Hastings Borough Council. The framework will be divided into lots for the following consultants: (1) Architect Services, (2) Mechanical and Electrical, (3) Civil & Structural Engineers, (4) Quantity Surveyor,(5) Employers Agent Services, (6) Project Management, (7) Clerk of Works, (8) Archaeological and Heritage Consultant, (9) Landscape Architects Services, (10) Planning Consultant, (11) Transport Consultant, (12) Building Surveyors, (13) Ground Investigation, (14) Ecological Survey Services, and (15) Hydrology Consultant Services

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Wealden District Council

Council Offices, Vicarage Lane

Hailsham

BN27 2AX

UK

Contact person: Stephen Bottomley

E-mail: esph@wealden.gov.uk

NUTS: UKJ22

Internet address(es)

Main address: https://www.wealden.gov.uk/

Address of the buyer profile: https://www.sesharedservices.org.uk/esourcing

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sesharedservices.org.uk/esourcing


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

Professional Services Framework

Reference number: ESPH618

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Wealden District Council are seeking to establish a framework for the appointment of professional services consultants to support the delivery of corporate, strategic and capital construction projects. The Council is looking to appoint a wide variety of experienced Consultants to the framework. This framework is targeted for use by the district and borough Councils in East Sussex: Wealden District Council, Rother District Council, Lewes District Council, Eastbourne Borough Council, and Hastings Borough Council. The framework will be divided into lots for the following consultants: (1) Architect Services, (2) Mechanical and Electrical, (3) Civil & Structural Engineers, (4) Quantity Surveyor,(5) Employers Agent Services, (6) Project Management, (7) Clerk of Works, (8) Archaeological and Heritage Consultant, (9) Landscape Architects Services, (10) Planning Consultant, (11) Transport Consultant, (12) Building Surveyors, (13) Ground Investigation, (14) Ecological Survey Services, and (15) Hydrology Consultant Services

II.1.5) Estimated total value

Value excluding VAT: 76 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Architect Services

II.2.2) Additional CPV code(s)

71200000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Consultant architects will be required to provide services as described in the Royal Institute of British Architects (RIBA) Plan of Work.

- RIBA stage 0/1 to help the Council determine the viability of a project.

- RIBA stages 2 to 4 to develop a project in sufficient detail to issue tender documents for a build contract award. To include the role of Principle Designer (CDM & Building Safety Act).

- Consultant services for RIBA stages 5 to 7, this may include novation to a design and build contractor or being retained to provide client support

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: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 2

II.2.1) Title

Mechanical and Electrical Services Consultants

II.2.2) Additional CPV code(s)

71321000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Consultant's will be required to provide M & E services to align with the Royal Institute of British Architects (RIBA) Plan of Work.

- Advisory services;

- Design management;

- Planning, analyses and programming;

- Integration;

- Project administration and project management;

- Technical construction management;

- Validation and verification;

- Status control;

- Facility management;

- Post occupancy evaluation;

- Technical due diligence;

- Field studies;

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: 8 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 3

II.2.1) Title

Civil and Structural Engineering

II.2.2) Additional CPV code(s)

71311000

71312000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Civil and Structural Engineers are required to provide services required to progress a development project.Appointments will be based on the RIBA Plan of Work and will vary according to individual project requirements. To include but not limited to:

- RIBA stage 0/1 to help the Council determine the viability of a project;

- RIBA stages 2 to 4 to develop a project in sufficient detail to issue tender documents for a build contract award;

- Feasibility studies;

- Detailed design;

- Preparation of construction drawings;

- Production of tender documents;

- Construction supervision and administration and final approval of the works;

- Design of roads, highways and drainage schemes including hydraulic modelling and simulation of storm events, SuDS design etc;

- Submission to the Highway Authority for technical approval and incorporation into the relevant sectional agreement (eg Section 38, Section 278, Section 104);

- Consultant services for RIBA stages 5 to 7 may include. This may include novation to a design and build contractor or being retained to provide client support.

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: 8 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 4

II.2.1) Title

Quantity Surveyor Services

II.2.2) Additional CPV code(s)

71324000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Consultant quantity surveyors will be required to provide cost management services in accordance with those published by the Royal Institute of Chartered Surveyors (RICS) Scope of Services (May 2022) and subsequent revisions. To include but not limited to:

- General;

- Enabling Works;

- Health and Safety;

- Project Costs;

- Contracts Related Services;

- Tendering and Procurement Services (based upon single and 2 stage design and build forms of JCT contracts);

- Construction Phase Services;

- Additional Construction Phase Services - Design and Build Contracts;

- Contractual

- RIBA stage 0/1 to help the Council determine the viability of a project;

- RIBA stages 2 to 4 to develop a project cost plan in sufficient detail to issue tender documents for a build contract award;

- Consultant services for RIBA stages 5 to 7 may varye. This may include novation to a design and build contractor or being retained to provide client QS support.

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: 6 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 5

II.2.1) Title

Employers Agent Services

II.2.2) Additional CPV code(s)

71530000

71540000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Consultant's will be required to provide Employer's Agent services for Design and Build contracts, as described in the Royal Institute of Chartered Surveyors (RICS) Employer's Agent Scope of Services. The employer's agent may be required to provide the services of Principal Designer and fully discharge responsibilities described in the Construction Design and Management Regulations 2015.

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: 6 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 6

II.2.1) Title

Project Management Consultant

II.2.2) Additional CPV code(s)

71541000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Consultant's will be required to provide services as described in the Royal Institute of Chartered Surveyors (RICS) Scope of Services for Project Managers, including but not limited to:

- General;

- Project Brief and Design;

- Procurement;

- Construction;

- Building Information Management (BIM).

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: 7 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 7

II.2.1) Title

Clerk of Works

II.2.2) Additional CPV code(s)

71540000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Inspecting construction work ensuring it complies with specifications and drawings. Measuring and quality checking materials used on site. Identification of defects and remedial measures. Fortnightly monitoring of progress on site and issue of reports. Maintaining detailed records of work. Referring to plans, photographic records of work together with sampling and measurement as required by the contract. Liaising with the contractors and design team. Compliance with health & safety, building regulations, legal and ecological requirements. Management of latent defects. Any further inspections, attendants and service over and above that stated in the scope of service above.

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: 4 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 8

II.2.1) Title

Archaeology and Heritage Consultant Services

II.2.2) Additional CPV code(s)

71351914

71510000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Archaeological and Heritage Desk Based Assessment and Site Visit: known and potential archaeological and heritage (including Conservation Area and Listed Buildings) resources within the proposed development area plus an appropriate buffer to assess the immediate context; Reference to all relevant and available sources to identify heritage assets, assess their significance and the potential to identify previously unrecorded archaeological remains; Identification of the potential for impacts on and around the site on archaeological remains, undesignated built heritage, historic landscape and the potential effects on the setting of the surrounding designated heritage assets; Site visit assessment, including source information from records offices; Consultation with the County Archaeologist to determine whether additional assessments and surveys are required, and to explore the scope and timing of any such works; Consultation with Historic England, if required.

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: 2 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 9

II.2.1) Title

Consultant Landscape Architect

II.2.2) Additional CPV code(s)

71420000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Consultant landscape architects will be required to provide services following the Royal Institute of British Architects (RIBA) Plan of Work. RIBA stages 2 to 4 - working with other members of the design team: develop landscape proposals in sufficient detail to satisfy local planning authority requirements; prepare proposals that are affordable within the cost plan; prepare tender documents for a build contract award. RIBA stages 5 to 7 - Landscape Consultant services

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: 4 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 10

II.2.1) Title

Planning Consultant Services

II.2.2) Additional CPV code(s)

71530000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Planning Consultants are required to provide services as part of a larger design team to inform the preparation of the documentation required to gain planning permission. To include but not limited to: Planning and development advice to deliver planning permission; Strategic site promotion through the development plan making process; Preparation, negotiation and management of planning applications; Project management of the planning application process; Planning Applications; Appeals

Changes of Use; Development Appraisals; Strategic Site Development Briefs; S.73 Applications; Neighbourhood Plans; Funding Bids; Design and Access Statements; Pre-Application Advice; Lawful Development Certificates; Development Plan Reps; Public Engagement.

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: 4 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 11

II.2.1) Title

Transport Consultant Services

II.2.2) Additional CPV code(s)

71311200

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

The highways Consultant will be required to provide services as part of a larger design team to inform the preparation of the documentation required to gain planning permission. Including but not limited to: Transport Assessments; Transport Statements; Traffic Impact Assessments; Travel Plan Co-ordinator Role; Travel Plans; BREEAM Travel Plans; BREEAM Travel Statements; Road Safety Audits; Highway Condition Surveys; Vehicular Access Design and Swept Path Analysis (Tracking); Input to Environmental Impact Assessments.

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: 5 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 12

II.2.1) Title

Building Surveyors

II.2.2) Additional CPV code(s)

71315000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Consultant building surveyors may be required to provide the following, not limited to, services: Condition surveys; Dilapidation surveys; Measured surveys & CAD plans;Party Wall Agreements.

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: 3 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 13

II.2.1) Title

Ground Investigation Services

II.2.2) Additional CPV code(s)

71351500

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Site survey services will be required to inform ongoing project work. Appointments will vary according to individual project requirements, but services required include, but are not limited to: Desk based site investigations to include UXO; On site intrusive ground investigations; GPR Surveys; Contamination surveys and reports.

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: 3 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 14

II.2.2) Additional CPV code(s)

71351200

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Consultant ecologists will be required to provide services to assist with the assessment, recommendations and action plans required to discharge all planning conditions and to ensure a scheme's compliance with required policies, including but not limited to: Preliminary Ecological Appraisals; Stage 2 survey work; Further ecological works including scheme reviews; BNG calculations and work required to deliver BNG either onsite or offsite.

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: 3 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

Lot No: 15

II.2.1) Title

Flood Risk Assessment Services

II.2.2) Additional CPV code(s)

71353000

71510000

71530000

II.2.3) Place of performance

NUTS code:

UKJ22

II.2.4) Description of the procurement

Flood Risk Assessment: Identify and assess the flood risks associated with the proposed development; Evaluate the potential impacts of the development on local flood risk; Ensure that the development complies with the local planning authority's planning policies and relevant regulations; Propose effective flood risk management and mitigation measures. Comprehensive Report detailing: flood risk findings and proposed mitigation measures; Maps and diagrams illustrating flood risk zones, proposed development layout, and drainage solutions; A summary of compliance with the local planning authority's flood risk management policies and the National Planning Policy Framework (NPPF). Additional flood risk assessment services as necessary.

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: 2 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 5

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

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:

As per the tender documentation.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

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: 25/02/2025

Local time: 12:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

23/01/2025

Coding

Commodity categories

ID Title Parent category
71351914 Archaeological services Geological, geophysical and other scientific prospecting services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71315000 Building services Consultative engineering and construction services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71351200 Geological and geophysical consultancy services Geological, geophysical and other scientific prospecting services
71351500 Ground investigation services Geological, geophysical and other scientific prospecting services
71420000 Landscape architectural services Urban planning and landscape architectural services
71324000 Quantity surveying services Engineering design services
71510000 Site-investigation services Construction-related services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71353000 Surface surveying services Engineering-related scientific and technical services
71311200 Transport systems consultancy services Civil engineering consultancy 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:
esph@wealden.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.