Watford Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Design, Viability Assessment and Planning Studies in Hertfordshire |
Notice type: | Contract Notice |
Authority: | Watford Borough Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | A framework agreement for the provision of consultancy services for the Design, Viability Assessment and Planning Studies in Hertfordshire. |
Published: | 02/04/2015 16:36 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk, URL: www.watford.gov.uk
Contact: Corporate Procurement Manager, Attn: Howard Hughes
Electronic Access URL: www.delta-esourcing.com/delta
Electronic Submission URL: www.delta-esourcing.com/delta
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Design, Viability Assessment and Planning Studies in Hertfordshire
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKH23 - Hertfordshire
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 1,000,000 and 2,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Architectural, engineering and planning services. Urban planning and landscape architectural services. Urban planning services. Graphic design services. A framework agreement for the provision of consultancy services for the Design, Viability Assessment and Planning Studies in Hertfordshire.
II.1.6)Common Procurement Vocabulary:
71240000 - Architectural, engineering and planning services.
71400000 - Urban planning and landscape architectural services.
71410000 - Urban planning services.
79822500 - Graphic design services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The range of consultancy services is covered in eleven Lots as described in the brief. These include amongst others the disciplines of architecture, urban design, landscape architecture, graphic design / visualisation and viability assessments.
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/06/2015
Completion: 31/05/2019
Information About Lots
Lot No: 1
Title: Lot 1: Urban Design & Architecture: major sites
1)Short Description:
Urban design and architectural services in this Lot will focus on developing a masterplan for larger sites, such as Watford Junction.
2)Common Procurement Vocabulary:
71400000 - Urban planning and landscape architectural services.
71410000 - Urban planning services.
3)Quantity Or Scope:
The scope of work is expected to be primarily advisory with concept design tasks worked out up to the level specified in RIBA Workstage C.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As described in the brief.
Lot No: 2
Title: Lot 2: Urban Design & Architecture: minor sites
1)Short Description:
Urban design and architectural services in this Lot will focus on more detailed design development of smaller land holdings.
2)Common Procurement Vocabulary:
71400000 - Urban planning and landscape architectural services.
71410000 - Urban planning services.
3)Quantity Or Scope:
The scope of work is expected to be more comprehensive with designs worked up to the level specified in RIBA Workstage D.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As described in the brief.
Lot No: 3
Title: Lot 3: Visualisations and Graphics
1)Short Description:
Graphic design services and production of visualisations.
2)Common Procurement Vocabulary:
79822500 - Graphic design services.
3)Quantity Or Scope:
Documenting ongoing design studies and in support of the Council’s marketing and communications efforts.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As described in the brief.
Lot No: 4
Title: Lot 4: Landscape Design
1)Short Description:
Landscape Design services will primarily focus on plans for public realm enhancements.
2)Common Procurement Vocabulary:
71400000 - Urban planning and landscape architectural services.
71420000 - Landscape architectural services.
3)Quantity Or Scope:
The scope of work is expected to be primarily advisory with concept design tasks worked up to the level specified in RIBA Workstage D.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As described in the brief.
Lot No: 5
Title: Lot 5: Development viability: whole plan
1)Short Description:
Assessment of the viability of policies contained in the Local Plan.
2)Common Procurement Vocabulary:
71240000 - Architectural, engineering and planning services.
71400000 - Urban planning and landscape architectural services.
71410000 - Urban planning services.
3)Quantity Or Scope:
This could include assessing policy commitments such as environmental standards, affordable housing standards, planning gain, development mix, amenity standards and transport standards.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As described in the brief.
Lot No: 6
Title: Lot 6: Development viability: development schemes
1)Short Description:
Assessment of the viability of individual / combined schemes, such as the Clarendon Road Area.
2)Common Procurement Vocabulary:
71400000 - Urban planning and landscape architectural services.
71410000 - Urban planning services.
3)Quantity Or Scope:
This could include assessments based on the articulation of different design solutions, which may require input from sub-consultants.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As described in the brief.
Lot No: 7
Title: Lot 7: Strategic Environmental Assessment and Sustainability Appraisal
1)Short Description:
To appraise the sustainability of proposed plan policies and reasonable alternatives for the Local Plan.
2)Common Procurement Vocabulary:
71313440 - Environmental Impact Assessment (EIA) services for construction.
90711000 - Environmental impact assessment other than for construction.
90711200 - Environmental standards other than for construction.
90711400 - Environmental Impact Assessment EIA services other than for construction.
90712000 - Environmental planning.
90712100 - Urban environmental development planning.
90713000 - Environmental issues consultancy services.
3)Quantity Or Scope:
To ensure compliance with the SEA Directive 2001 and the Environmental Assessment of Plans and Programmes Regulations 2004 (or replacements thereof).
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As described in the brief.
Lot No: 8
Title: Lot 8: Water Related Studies
1)Short Description:
To conduct the various water related studies that will be required at differing stages of the plan making process.
2)Common Procurement Vocabulary:
71400000 - Urban planning and landscape architectural services.
71410000 - Urban planning services.
3)Quantity Or Scope:
To update existing water studies and/or undertake future studies as required. Such studies could include: Strategic Flood Risk Assessment, Surface Water Management Plan, Water Cycle Study.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As described in the brief.
Lot No: 9
Title: Lot 9: Housing and Economic Land Availability Assessment
1)Short Description:
To conduct assessments that identify a future supply of land which is suitable, available and achievable for housing and economic development uses over the plan period.
2)Common Procurement Vocabulary:
71400000 - Urban planning and landscape architectural services.
71410000 - Urban planning services.
3)Quantity Or Scope:
To conduct assessments that identify a future supply of land which is suitable, available and achievable for housing and economic development uses over the plan period.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As described in the brief.
Lot No: 10
Title: Lot 10: Retail Study
1)Short Description:
To conduct studies that review and update existing retail capacity studies.
2)Common Procurement Vocabulary:
71400000 - Urban planning and landscape architectural services.
71410000 - Urban planning services.
3)Quantity Or Scope:
May include a review of the retail sites identified in the local plan in terms of their ability to deliver the floor space required; whether additional sites are required for retail use and where these could be located whilst ensuring the vitality and viability of the town centre; and a health check of the town centre and identified local centres.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As described in the brief.
Lot No: 11
Title: Lot 11: Archaeological Assessments
1)Short Description:
To conduct archaeological assessments as required for development briefs or other planning documents.
2)Common Procurement Vocabulary:
71351914 - Archaeological services.
3)Quantity Or Scope:
Such assessment could, depending upon the size and location of the sites, range in scope from additional desk-based research to more extensive archaeological field survey and evaluation.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
As described in the brief.
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As noted in the ITT.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As noted in the ITT.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No specific legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into a framework agreement.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As noted in the ITT.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
As noted in the ITT.
Minimum Level(s) of standards possibly required:
As noted in the ITT.
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Information and formalities necessary for evaluating if requirements are met:
As noted in the ITT.
Minimum Level(s) of standards possibly required:
As noted in the ITT.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service 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: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 12/05/2015
Time-limit for receipt of requests for documents or for accessing documents: 23:59
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 13/05/2015
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days: 90
IV.3.8)Conditions for opening tenders
Place:
Electronically via e-tendering tool at Watford Town Hall
Persons authorised to be present at the opening of tenders: No
Section VI: Complementary Information
VI.1)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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Bids for this opportunity must be submitted, including a completed PQQ questionnaire, via the portal. The portal also includes further information about the project. Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and documents for this opportunity are available on https://www.delta-esourcing.com/delta You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 2SEMNZ934M
Please ensure that you allow sufficient time when responding to this invitation prior to the closing date and time shown on the portal as you have been asked to upload documents. Late submissions will not be accepted.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com
Watford Borough Council as the Contracting Authority is putting in place a Collaborative Framework Agreement for use by Hertfordshire local authorities and any successors to them.
Parent company and/or other guarantees of performance and financial liability may be required by individual Contracting Authorities utilising the Framework if considered appropriate.
Potential suppliers should note that Watford BC may publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at their discretion. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority.
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration of the framework agreement is for the placing of orders.
The potential value of the framework agreement is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
Watford Borough Council wishes to establish a Framework Agreement for use by the following District and Borough Councils in Herfordshire, and any future successors to these bodies, and the Joint Venture partnership with Watford Borough Council.
Watford Health Campus Partnership LLP
Three Rivers DC
Dacorum BC
Welwyn Hatfield DC
Broxbourne BC
East Herts DC
North Herts DC
Stevenage BC
Hertsmere BC
St Albans BC
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Architectural%2C-engineering-and-planning-services./2SEMNZ934M
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2SEMNZ934M
GO-201542-PRO-6491790 TKR-201542-PRO-6491789
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 02/04/2015
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Three Rivers District Council
Three Rivers House, Northway, Rickmansworth, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Watford: Architectural, engineering and planning services.
I.1)Name, Addresses and Contact Point(s):
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk, URL: www.watford.gov.uk
Contact: Corporate Procurement Manager, Attn: Howard Hughes
Electronic Access URL: www.delta-esourcing.com/delta
Electronic Submission URL: www.delta-esourcing.com/delta
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Design, Viability Assessment and Planning Studies in Hertfordshire
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
Region Codes: UKH23 - Hertfordshire
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Architectural, engineering and planning services. Urban planning and landscape architectural services. Urban planning services. Graphic design services. A framework agreement for the provision of consultancy services for the Design, Viability Assessment and Planning Studies in Hertfordshire.
II.1.5)Common procurement vocabulary:
71240000 - Architectural, engineering and planning services.
71400000 - Urban planning and landscape architectural services.
71410000 - Urban planning services.
79822500 - Graphic design services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 1,000,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Rates and Prices - 40
Delivery methodology - 20
Experience - 15
Staff / team identified - 10
Summary of approach - 5
Requirements of Client staff - 5
Social Value - 5
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: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2015/S 67 - 120037 of 04/04/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Urban Design and Architecture (major sites)
Lot Number: 3
Title: Visualisation and graphics
Lot Number: 5
Title: Viability assessment (whole plan)
Lot Number: 7
Title: Strategic Environmental Assessment and Sustainability Appraisal
Lot Number: 8
Title: Water Related Studies
Lot Number: 9
Title: Housing and Economic Land Availability Assessment
Lot Number: 11
Title: Archaeological Assessments
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Aecom Ltd
Postal address: MidCity Place, 71 High Holborn
Town: London
Postal code: WC1V 6QS
Country: United Kingdom
Email: sam.kennedy@aecom.com
Telephone: +44 2030092100
Internet address: www.aecom.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Urban Design and Architecture (major sites)
Lot Number: 2
Title: Urban Design and Architecture (small sites)
Lot Number: 3
Title: Visualisation and graphics
Lot Number: 4
Title: Landscape Design
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: BDP
Postal address: 16 Brewhouse Yard, Clerkenwell
Town: London
Postal code: EC1V 4LJ
Country: United Kingdom
Email: julie.hawkins@bdp.com
Telephone: +44 2078128000
Internet address: www.bdp.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: Not Provided
Lot Number: 2
Title: Urban Design and Architecture (small sites)
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Black Architecture Limited
Postal address: 63 Lambeth Walk
Town: London
Postal code: SE11 6DX
Country: United Kingdom
Email: nicola.dale@black-architecture.com
Telephone: +44 2077355679
Internet address: www.black-architecture.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
4: Award And Contract Value
Contract No: Not Provided
Lot Number: 4
Title: Landscape Design
Lot Number: 7
Title: Strategic Environmental Assessment and Sustainability Appraisal
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: The Environment Partnership (TEP) Ltd
Postal address: Genesis Centre, Garrett Field
Town: Warrington
Postal code: WA3 7BH
Country: United Kingdom
Email: FrancisHesketh@tep.uk.com
Telephone: +44 1925844004
Internet address: www.tep.uk.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
5: Award And Contract Value
Contract No: Not Provided
Lot Number: 10
Title: Retail Study
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: GVA Grimley Limited
Postal address: 3 Brindleyplace
Town: Birmingham
Postal code: B1 2JB
Country: United Kingdom
Email: caroline.marginson@gva.co.uk
Telephone: +44 2079112551
Internet address: www.gva.co.uk
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
6: Award And Contract Value
Contract No: Not Provided
Lot Number: 2
Title: Urban Design and Architecture (small sites)
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Lewis & Hickey Ltd
Postal address: 54a Linhope Street
Town: London
Postal code: NW1 6HL
Country: United Kingdom
Email: mike.alete@lewishickey.com
Telephone: +44 2077241611
Internet address: www.lewishickey.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
7: Award And Contract Value
Contract No: Not Provided
Lot Number: 4
Title: Landscape Design
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Nicholas de Jong Associates
Postal address: 3 Priory Terrace
Town: Cheltenham
Postal code: GL52 6DS
Country: United Kingdom
Email: nic@dejong.uk.com
Telephone: +44 1242511071
Internet address: www.dejong.uk.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
8: Award And Contract Value
Contract No: Not Provided
Lot Number: 6
Title: Viability assessment (development schemes)
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Lambert Smith Hampton
Postal address: 45 Grosvenor Road
Town: St Albans
Postal code: AL1 3AW
Country: United Kingdom
Email: JRockminster@lsh.co.uk
Telephone: +44 1727896225
Internet address: www.lsh.co.uk
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
9: Award And Contract Value
Contract No: Not Provided
Lot Number: 8
Title: Water Related Studies
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Pell Frischmann Consultants Ltd
Postal address: 5 Manchester Square
Town: London
Postal code: W1U 3PD
Country: United Kingdom
Email: pflondon@pellfrischmann.com
Telephone: +44 2074863661
Internet address: www.pellfrischmann.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
10: Award And Contract Value
Contract No: Not Provided
Lot Number: 5
Title: Viability assessment (whole plan)
Lot Number: 6
Title: Viability assessment (development schemes)
Lot Number: 9
Title: Housing and Economic Land Availability Assessment
Lot Number: 10
Title: Retail Study
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Peter Brett Associates LLP
Postal address: 10 Queen Square
Town: Bristol
Postal code: BS1 4NT
Country: United Kingdom
Email: jbaker@peterbrett.com
Telephone: +44 1179281560
Internet address: www.peterbrett.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
11: Award And Contract Value
Contract No: Not Provided
Lot Number: 11
Title: Archaeological Assessments
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Pre-Construct Archaeology Ltd
Postal address: Unit 54, Brockley Cross Business Centre, 96 Endwell Road, Brockley
Town: London
Postal code: SE4 2PD
Country: United Kingdom
Email: sbradley@pre-construct.com
Telephone: +44 2077323925
Internet address: www.pre-construct.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
12: Award And Contract Value
Contract No: Not Provided
Lot Number: 3
Title: Visualisation and graphics
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Steer Davies Gleave
Postal address: 28-32 Upper Ground
Town: London
Postal code: SE1 9PD
Country: United Kingdom
Email: bids@sdgworld.net
Telephone: +44 2079105000
Internet address: www.steerdaviesgleave.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
13: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Urban Design and Architecture (major sites)
Lot Number: 6
Title: Viability assessment (development schemes)
V.1)Date Of Contract Award: 28/09/2015
V.2) Information About Offers
Number Of Offers Received: 65
Number Of Offers Received By Electronic Means: 65
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: tp bennett LLP
Postal address: One America Street
Town: London
Postal code: SE1 0NE
Country: United Kingdom
Email: claire.orr@tpbennett.com
Telephone: +44 2072082000
Internet address: www.tpbennett.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
Watford Borough Council as the Contracting Authority is putting in place a Collaborative Framework Agreement for use by Hertfordshire local authorities and any successors to them.
Parent company and/or other guarantees of performance and financial liability may be required by individual Contracting Authorities utilising the Framework if considered appropriate.
Potential suppliers should note that Watford BC may publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at their discretion. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority.
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration of the framework agreement is for the placing of orders.
The potential value of the framework agreement is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
Watford Borough Council wishes to establish a Framework Agreement for use by the following District and Borough Councils in Herfordshire, and any future successors to these bodies, and the Joint Venture partnership with Watford Borough Council.
Watford Health Campus Partnership LLP
Three Rivers DC
Dacorum BC
Welwyn Hatfield DC
Broxbourne BC
East Herts DC
North Herts DC
Stevenage BC
Hertsmere BC
St Albans BC
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=166634572
GO-20151019-PRO-7211113 TKR-20151019-PRO-7211112
VI.3.1)Body responsible for appeal procedures:
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 19/10/2015
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Three Rivers District Council
Three Rivers House, Northway, Rickmansworth, WD3 1RL, United Kingdom