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

SBC 0822 Framework agreement for the provision of Regeneration consultancy.

  • First published: 09 September 2022
  • Last modified: 09 September 2022

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)

Contents

Summary

OCID:
ocds-h6vhtk-03670c
Published by:
Stevenage Borough Council
Authority ID:
AA22366
Publication date:
09 September 2022
Deadline date:
10 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. 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 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, 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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Stevenage Borough Council

Daneshill House, Danestreet,

Stevenage

SG1 1HN

UK

Contact person: Corporate Procurement

Telephone: +44 1438242775

E-mail: procurement@stevenage.gov.uk

NUTS: UKH23

Internet address(es)

Main address: www.stevenage.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

SBC 0822 Framework agreement for the provision of Regeneration consultancy.

Reference number: CCD01031

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Stevenage Borough Council are currently out to tender for the provision of a framework agreement for Regeneration Consultancy. The Council are leading a £1 billion regeneration programme. With over £600 million of private sector investment, £37.5 million in towns funding and a further £71 million of public funding already secured as examples of additional funding in place. The regeneration programme is well underway, with initial projects already completed and multiple other schemes programmed over the forthcoming years. It is anticipated there will be other associated works associated with these, such as enabling works and similar projects, whilst not explicitly outlined. This is a multi lot framework intended to run for four years, some individual call of contracts are likely to extend beyond the end of the framework. Any questions relating to this tender must be made via correspondence on the website, in accordance with the procurement documents

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  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

Project Monitoring and or Management

II.2.2) Additional CPV code(s)

71500000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. 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 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, 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.

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

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

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

Lot No: 2

II.2.1) Title

Quantity Surveying / Cost Management

II.2.2) Additional CPV code(s)

71500000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Quantity Surveying / Cost Management

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

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

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

Lot No: 3

II.2.1) Title

M and E services / Structural Engineering/ Landscape Services

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

Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. 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 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, 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.

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

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

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

Lot No: 4

II.2.1) Title

Construction Design & Management (CDM) / Health and Safety role

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

Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. 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 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, 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.

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

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

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

Lot No: 5

II.2.1) Title

General Property Services and Dilapidations

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

Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. 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 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, 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.

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

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

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

Lot No: 6

II.2.1) Title

NEC Supervisor/ Project Clerk Of Works

II.2.2) Additional CPV code(s)

71520000

II.2.3) Place of performance

NUTS code:

UKH23


Main site or place of performance:

II.2.4) Description of the procurement

Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. 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 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, 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.

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

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

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

Lot No: 7

II.2.1) Title

Employers Agent Services

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

Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. 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 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, 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.

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

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

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

Lot No: 8

II.2.1) Title

Contract Administration

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

Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. 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 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, 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.

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

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

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

Lot No: 9

II.2.1) Title

Principal designer

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

Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. 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 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, 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.

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

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

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

Lot No: 10

II.2.1) Title

Asbestos Management/Compliance

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

Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. 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 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, 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.

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

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

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

Lot No: 11

II.2.1) Title

General Advice/ Non defined

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

Stevenage Borough Council is seeking suitable Suppliers for the provision of Regeneration Consultancy via a lotted framework It is anticipated that the framework will commence on 1 November 2022 Scope: The proposed lots are as follows1 )Project Monitoring and or Management2) Quantity Surveying / Cost Management 3) M and E services / Structural Engineering/ Landscape Services 4) Construction Design & Management (CDM) / Health and Safety role. 5) General Property Services and Dilapidations6) NEC Supervisor/ Project Clerk Of Works 7) Employers Agent Services 8) Contract Administration 9) Principal Designer 10) Asbestos Management/Compliance 11) General advice/non defined: Unit rate consultancy, which could be a combination of the above on an additional service.Lots 1- 10– tiered call off Lot 11 – mini competition lot. Further information is available within the copy ITT documents. The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the term , together with the Individual Orders and their possible durations. 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 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, 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.

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

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

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:

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 listed in the procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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.

Envisaged maximum number of participants to the framework agreement: 60

Justification for any framework agreement duration exceeding 4 years: Duration will be four years

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: 10/10/2022

Local time: 12:00

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)

IV.2.7) Conditions for opening of tenders

Date: 10/10/2022

Local time: 12:00

Place:

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

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.com or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:30.The Council reserves the right at any time to cease the procurement process and not award a Framework Agreement or to 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.The estimated total value of the Framework Agreement is £10,000,000 and is for the core period. For the avoidance of doubt, the estimated annual value of the Framework Agreement will be approximately [INSERT VALUE/RANGE]. The Framework Agreement will be awarded for a core period of four] years. Please note that the requirements of the Framework Agreement will be subject to available financial resources, supplier performance and flexibility to meet changing demands. In addition, there will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council 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.

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/Framework Agreement] is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement 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/Framework Agreement] 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 Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.

VI.5) Date of dispatch of this notice

08/09/2022

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71520000 Construction supervision services Construction-related services
71500000 Construction-related services Architectural, construction, engineering and inspection 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:
procurement@stevenage.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.