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 0424 Provision of Lead Consultant, Design co ordination and Project Management for Hertford Castle transformation

  • First published: 01 June 2024
  • Last modified: 01 June 2024
  • 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-046cbe
Published by:
East Hertfordshire District Council
Authority ID:
AA21057
Publication date:
01 June 2024
Deadline date:
01 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

East Herts council is seeking the provision of lead consultant and project manager services. ‘Hertford Castle Transformation’ is a National Lottery Heritage Fund (NLHF) project which will transform Hertford Castle, developing it as a hub for activities and for the town council to engage with the community, increasing its value to the public, and connecting people with cultural and natural heritage. This project has been awarded funding from the NLHF for its Development Stage to refine the project and develop specifications for works which will be undertaken during the Delivery Stage. At the end of the Development Stage an application for funding for the Delivery Stage will be submitted to the NLHF. The appointed Consultant will take responsibility for co-ordination of all consultants and sub-consultants delivery professional services and project outputs under direction of the project partners. The scope is split into two work packages. please see detailed description

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Hertfordshire District Council

Wallfields,Pegs Lane

Hertford

SG13 8DE

UK

Contact person: Corporate Procurement

Telephone: +44 1438242775

E-mail: procurement@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:

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home


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 0424 Provision of Lead Consultant, Design co ordination and Project Management for Hertford Castle transformation

Reference number: EHC399-1297-2024

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

East Herts council is seeking the provision of lead consultant and project manager services. ‘Hertford Castle Transformation’ is a National Lottery Heritage Fund (NLHF) project which will transform Hertford Castle, developing it as a hub for activities and for the town council to engage with the community, increasing its value to the public, and connecting people with cultural and natural heritage. This project has been awarded funding from the NLHF for its Development Stage to refine the project and develop specifications for works which will be undertaken during the Delivery Stage. At the end of the Development Stage an application for funding for the Delivery Stage will be submitted to the NLHF. The appointed Consultant will take responsibility for co-ordination of all consultants and sub-consultants delivery professional services and project outputs under direction of the project partners. The scope is split into two work packages. please see detailed description

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71000000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

The contract required is to inform and develop detailed plans for the second stage of the project and support the Delivery Stage grant funding application to the NLHF. It will be split into two works packages. Work Package 1 will involve the co-ordination of specialist surveys, development of targeted plans, and securing of consents. Work Package 2 will involve project management, reporting to key stakeholders, and securing funding required for the next stage of the project. Please be aware:• The contract will include as a minimum Work Package 1.• Work Package 2 is optional and will be removed from the specification in the event this option is not exercised.The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term,Organisations should be aware that due to the nature of the Services provided, any Contract 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.

II.2.5) Award criteria

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

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

Start: 15/07/2024

End: 31/05/2025

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

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:

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

III.2.2) Contract performance conditions

as stated in the procurement documents

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: 01/07/2024

Local time: 12:00

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

Date: 15/07/2024

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.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.3) Additional information

East Hertfordshire District Council reserves the right to cancel the procurement and not to proceed with the long term contracts at any stage of the procurement process. East Hertfordshire District Council also reserves the right not to award a contract.Neither East Hertfordshire District 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 these contracts.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.To access this procurement opportunity please visitwww.supplyhertfordshire.uk and follow the on-screen guidance. Any clarifications regarding this opportunity must be raised through the Correspondence area 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 - 17:30.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 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.Please note the deadline for return and allow sufficient time to make your return as late returns will not be permitted.

VI.4) Procedures for review

VI.4.1) Review body

High court

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day (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, Wales and Northern Ireland). 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.5) Date of dispatch of this notice

31/05/2024

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate

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:
procurement@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.