Construction Tenders

Fri September 27 2024

Related Information

Construction Contract Leads

East of England

Category Services

Type

No. of Lots 5

Status Active

Published 26th Sep 2024

Tender Details
Referenceocds-h6vhtk-04a301
Common Procurement VocabularyBuilding consultancy services
Procurement MethodRestricted procedure
Value£3,200,000
« Previous Page

East of England

Category Services

Type

No. of Lots 5

Status Active

Published 26th Sep 2024

Tender Details
Referenceocds-h6vhtk-04a301
Common Procurement VocabularyBuilding consultancy services
Procurement MethodRestricted procedure
Value£3,200,000

Section I: Contracting authority

I.1) Name and addresses

Welwyn Hatfield Borough Council

Council Offices, The Campus

Welwyn Garden City

AL8 6AE

Contact

Procurement

Email

a.harper [at] welhat.gov.uk

Telephone

+44 1707357371

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

https://www.welhat.gov.uk

Buyer's address

https://www.welhat.gov.uk

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Tenders/Current

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Tenders/Current

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

WHC - Professional Building Services,

Reference number

C1109

II.1.2) Main CPV code

  • 71315200 - Building consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

Welwyn Hatfield Borough Council is seeking to appoint Professional Building Consultants to assist with the council’s construction and maintenance programme. The contracts are being offered in 5 Lots:Lot 1 – Multi disciplinary consultantsLot 2 – Project Management ServicesLot 3 – Quantity Surveying ServicesLot 4 – Structural Engineering ServicesLot 5 - Mechanical Engineering ServicesBidders may apply for one. Some or all of the Lots. The contracts will commence on 1st June 2025 and will last for a period of three years with a possible one year further extensionBetween 5 and 7 bidders will be shortlisted for each Lot. The method of selection will be the highest scorers for section 8, assuming all other pass / fail criteria is met.

II.1.5) Estimated total value

Value excluding VAT: £3,200,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Multi Disciplinary Consultant

Lot No

1

II.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

II.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

II.2.4) Description of the procurement

Multi Disciplinary Consultant

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 date

1 June 2025

End date

31 May 2028

This contract is subject to renewal

Yes

Description of renewals

One year optional extension

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

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

As detailed in the tender documents

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) Description

II.2.1) Title

Project Management services

Lot No

2

II.2.2) Additional CPV code(s)

  • 71315210 - Building services consultancy services

II.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

II.2.4) Description of the procurement

Project Management 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: £400,000

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

Start date

1 June 2025

End date

31 May 2028

This contract is subject to renewal

Yes

Description of renewals

Optional one year extension

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

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

As detailed in the tender documents

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) Description

II.2.1) Title

Quantity Surveying Service

Lot No

3

II.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

II.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

II.2.4) Description of the procurement

Quantity Surveying Services

II.2.5) Award criteria

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

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

Start date

1 June 2025

End date

31 May 2028

This contract is subject to renewal

Yes

Description of renewals

Optional one year extension

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

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

As detailed in the tender documents

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) Description

II.2.1) Title

Structural Engineering Services

Lot No

4

II.2.2) Additional CPV code(s)

  • 71312000 - Structural engineering consultancy services

II.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

II.2.4) Description of the procurement

Structural engineering 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: £280,000

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

Start date

1 June 2025

End date

31 May 2028

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

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

As detailed in the tender documents

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) Description

II.2.1) Title

Mechanical Engineering Services

Lot No

5

II.2.2) Additional CPV code(s)

  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services

II.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

II.2.4) Description of the procurement

Mechanical and Electrical Engineering 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: £280,000

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

Start date

1 June 2025

End date

31 May 2028

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

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

As detailed in the tender documents

II.2.10) Information about variants

Variants will be accepted: Yes

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 detailed in the SQ

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.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date

1 November 2024

Local time

12:00pm

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

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Institute of Arbitrators

London

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

TBC