CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 204-369668/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Hertsmere Borough Council
Civic Offices, Elastree Way
Borehamwood
Postal code: WD6 1WA
United Kingdom
Contact points(s): Procurement
For the attention of: Andrew Harper
Phone: +44 2082072277
Email: andrew.harper@hertsmere.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity: General public services
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Hertsmere Developments Limited

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
HBC — Architecture Services.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape architectural services; related scientific and technical consulting services
Main site or location of works, place of delivery or of performance: Borough of Hertsmere.
Nuts code: UKH23
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with a single operator
Duration of the framework agreement in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 500 000 GBP
II.1.5) Short description of the specific contract:
Hertsmere Borough Council is seeking a suitably qualified and experienced Architects to undertake work on behalf of the Council.
The successful Contractors will undertake services on a wide range of projects such as Commercial, Residential, Public Realm and Leisure and Community.
The Council has agreed a development programme for a number of sites that it owns, at present it is anticipated that the majority of these will be used for residential development, although there maybe commercial development projects as well. The first sites have a construction value of approximately 2 500 000 GBP -3 000 000 GBP.
Housing
The necessary design advice and support is likely to include:
— Agreeing target mix of dwellings for each site reflective of the Councils development model
— Producing sketch layout proposals for initial consideration by the Council and to amend to reflect feedback.
— Conducting initial consultation with planners and adapting proposals to reflect comments.
— Seek to establish the extent of any specialist reports required in order to prepare a planning submission.
— Liaise with other statutory authorities as appropriate.
— Provide and collate sufficient information for planning submission to include site location plan, site arrangement plan, ,Rights of Way ,general arrangement floor plans, elevations and sections with a design and access statement.
— Where specialist reports are required seek quotations and place orders on behalf of the client.
— Make representation at Committee meetings.
— The architect will be responsible for co-ordination, completion and submission of planning application and liaison with other approved consultants appointed during planning design stage including CDM Co-ordinator
Three Framework contracts will be awarded on a ‘cascade’ system. A preferred Contractor will be appointed who will be offered each assignment, subject to meeting the deadlines of the assignment and demonstrating that they have the necessary skills available to deliver the assignment. If the preferred Contractor is unable to meet these requirements then the assignment with be passed to the second placed Contractor and if they are not able to meet the criteria, the assignment will be passed to the third Contractor.
II.1.6) Common procurement vocabulary (CPV): 71000000, 71221000, 71200000, 71223000, 71240000, 71220000, 71222000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
II.2.2) Information about options:
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Duration in months: 0 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
As detailed in the tender document.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender document.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the tender document.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the tender document.
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender document.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender document.
Minimum level(s) of standards possibly required: As detailed in the tender document.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender document.
Minimum level(s) of standards possibly required: As detailed in the tender document.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: YES
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
HC144
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:24.11.2016 – 12:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
25.11.2016
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Hertsmere Borough Council
VI.5) Date of dispatch of this notice:
19.10.2016


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 26, 2024

United Kingdom-Glasgow: DA Matters Training

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-013440/EN) Nature of contract: Service contract Procedure: Not applicable Modification of a contract/concession during

April 26, 2024

Provision of Site Security Services

Type of document: Contract Notice Country: United Kingdom 1. Title: PROVISION OF SITE SECURITY SERVICES 2. Awarding Authority: Newport City Council, Procurement Department,