Dacorum Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Long Term Consultant Services |
Notice type: | Contract Notice |
Authority: | Dacorum Borough Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Dacorum Borough Council (the "Authority") is seeking to establish long-term agreements with consultants who will work with the Authority in helping them deliver their planned and responsive programmes of work in the improvement of the Authority's built assets. The values provided in this notice are only an estimate. The Authority cannot guarantee to the successful Consultants that this will be the sum payable under the Contract. Further details concerning this contract opportinity together with the Authority's key Objectives and Outputs are provided in the "Information Memorandum" which is available from the address in section I.1 above. |
Published: | 24/05/2013 13:59 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Dacorum Borough Council
Civic Centre, Marlowes, Hemel Hempstead, HP1 1HH, United Kingdom
Tel. +44 1442228215, Email: ben.hosier@dacorum.gov.uk, URL: http://www.dacorum.gov.uk, URL: http://www.delta-esourcing.com/delta
Contact: Procurement, Attn: Ben Hosier
Electronic Access URL: http://www.delta-esourcing.com/delta
Electronic Submission URL: http://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: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Long Term Consultant Services
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 a public contract
II.1.5)Short description of the contract or purchase:
Building consultancy services. Building services consultancy services. Dacorum Borough Council (the "Authority") is seeking to establish long-term agreements with consultants who will work with the Authority in helping them deliver their planned and responsive programmes of work in the improvement of the Authority's built assets. The values provided in this notice are only an estimate. The Authority cannot guarantee to the successful Consultants that this will be the sum payable under the Contract. Further details concerning this contract opportinity together with the Authority's key Objectives and Outputs are provided in the "Information Memorandum" which is available from the address in section I.1 above.
II.1.6)Common Procurement Vocabulary:
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
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: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The total estimated value of the contract over the anticipated maximum duration of 10 years is between 3,000,000 and 4,000,000 GBP. The Authority reserves the right to commission works and services outside of these term service contracts and these term service contracts do not guarantee any minimum levels of work.
Estimated value excluding VAT:
Range between: 3,000,000 and 4,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The Term Service Contracts will be awarded for an initial term of 60 months. Contracts will be reviewed at this time and subject to performance and the clients future procurement strategy, there may be 5 further renewals of 12 months each, up to an overall maximum of 120 months. The Authority is committed to long term partnering and intends on maximising the opportunities for long term arrangements and benefit from such arrangements.
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 5
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 120 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Lot 1 - Building Surveying Services
1)Short Description:
Provision of professional Building Surveying Services comprising of: Party Wall Advice; Boundary Disputes; Fire Risk Assessment Services; Building Surveys of Residential Properties; Stock Condition Surveys; EPCs – Domestic Energy Assessments; Renewable energy and sustainability advice.
2)Common Procurement Vocabulary:
71315200 - Building consultancy services.
71315300 - Building surveying services.
71251000 - Architectural and building-surveying services.
3)Quantity Or Scope:
The estimated value of the contract is 220,000 GBP per annum.
Value range between: 2,000,000 and 2,500,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 120
5)Additional Information About Lots:
Further information regarding this lot is set out in the Information Memorandum (Part 3) contained with the PQQ and can be obtained from the address in Annex A, 1.
Lot No: 2
Title: Lot 2 - Professional M&E Engineering Services
1)Short Description:
The provision of professional M&E Engineering Services comprising of: LGSR Audits; Validation of existing M&E Asset/Component Surveys (Lifts, communal boilers etc)
2)Common Procurement Vocabulary:
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71333000 - Mechanical engineering services.
71334000 - Mechanical and electrical engineering services.
3)Quantity Or Scope:
The estimated value of the contract is 25,000 GBP per annum.
Value range between: 200,000 and 300,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 120
5)Additional Information About Lots:
Further information regarding this lot is set out in the Information Memorandum (Part 3) contained with the PQQ and can be obtained from the address in Annex A, 1.
Lot No: 3
Title: Lot 3 - Professional Structural Engineering Services
1)Short Description:
The provision of professional structural engineering services comprising of: Defect analysis and monitoring; Structural Design Services; Building Control Applications
2)Common Procurement Vocabulary:
71312000 - Structural engineering consultancy services.
71311000 - Civil engineering consultancy services.
71322000 - Engineering design services for the construction of civil engineering works.
71311100 - Civil engineering support services.
3)Quantity Or Scope:
The estimated value of the contract is 50,000 GBP per annum.
Value range between: 250,000 and 750,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 120
5)Additional Information About Lots:
Further information regarding this lot is set out in the Information Memorandum (Part 3) contained with the PQQ and can be obtained from the address in Annex A, 1.
Lot No: 4
Title: Lot 4 - CDM-C Services
1)Short Description:
The provision of CDM-C services on The Council’s – Total Asset Management Contract; Gas Contract; Other "ad-hoc" commissions
2)Common Procurement Vocabulary:
71317210 - Health and safety consultancy services.
71317200 - Health and safety services.
3)Quantity Or Scope:
The estimated value of the contract is 20,000 GBP per annum.
Value range between: 150,000 and 300,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 120
5)Additional Information About Lots:
Further information regarding this lot is set out in the Information Memorandum (Part 3) contained with the PQQ and can be obtained from the address in Annex A, 1.
Lot No: 5
Title: Lot 5 - Cost Consultancy Services
1)Short Description:
The provision of Cost Consultancy services on the Council’s Total Asset Management Contract; Gas Contract; Other "ad-hoc" commissions
2)Common Procurement Vocabulary:
71324000 - Quantity surveying services.
71322100 - Quantity surveying services for civil engineering works.
3)Quantity Or Scope:
The estimated value of the contract is 20,000 GBP per annum.
Value range between: 150,000 and 300,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 120
5)Additional Information About Lots:
Further information regarding this lot is set out in the Information Memorandum (Part 3) contained with the PQQ and can be obtained from the address in Annex A, 1.
Lot No: 6
Title: Lot 6 - Partnering Advider Services
1)Short Description:
The provision of Partnering Adviser Services as defined under the ACA Contracts, TPC2005 and PPC2000.
2)Common Procurement Vocabulary:
71315200 - Building consultancy services.
71530000 - Construction consultancy services.
79410000 - Business and management consultancy services.
3)Quantity Or Scope:
The estimated value of the contract is 20,000 GBP per annum.
Value range between: 150,000 and 300,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 120
5)Additional Information About Lots:
Further information regarding this lot is set out in the Information Memorandum (Part 3) contained with the PQQ and can be obtained from the address in Annex A, 1.
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A Parent Company Guarantee and/or Performance Bond may be required by the Authority, the details of which will be set out in the Invitation to Tender (ITT) and accompanying documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The terms of payment will be set out in the Invitation to Tender (ITT) and accompanying documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Expressions of interest in response to this contract notice may be submitted by a single bidder or a consortium. The Authority reserves the right to require groupings of bidders to take a particular legal form or to require a single bidder to take primary liability or to require that each party undertakes joint and several liabilities. In addition, those parties forming a consortia will not be permitted to bid as a single entity as well.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
The Authority reserves the right to require economic, social and environmental conditions which will be set out in the Invitation to Tender (ITT).
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre qualification questionnaire, applicants will be required to complete a Pre-Qualification Questionnaire (PQQ). The PQQ is available from the address in section I.1 above and must be returned by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received by the Authority via the Authority's e-tendering portal at www.delta-esourcing.com/delta
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre qualification questionnaire, applicants will be required to complete a Pre-Qualification Questionnaire (PQQ). The PQQ is available from the address in section I.1 above and must be returned by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received by the Authority via the Authority's e-tendering portal at www.delta-esourcing.com/delta
Minimum Level(s) of standards possibly required:
As set out in the pre-qualification questionnaire which is available from the address in section I.1.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre qualification questionnaire, applicants will be required to complete a Pre-Qualification Questionnaire (PQQ). The PQQ is available from the address in section I.1 above and must be returned by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received by the Authority via the Authority's e-tendering portal at www.delta-esourcing.com/delta
Minimum Level(s) of standards possibly required:
As set out in the pre-qualification questionnaire which is available from the address in section I.1.
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: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 6
Objective Criteria for choosing the limited number of candidates:
An envisaged number of 6 Bidders will be invited to tender for each lot. Bidders will be shortlisted based on criteria set out in the PQQ, the ITT and accompanying documentation.
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: CPU00246
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2012/S 70 - 115932 of 11/04/2012
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 27/06/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 19/08/2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Hemel-Hempstead:-Building-consultancy-services./Z598996H29
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/Z598996H29
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com
Expressions of Interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received by the Council via the Authority's e-tendering portal at www.delta-esourcing.com/delta.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. The deadline for submitting your response is 27/06/13 12:00. Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially if you have been asked to upload documents. Expressions of interest not submitted in the required format or containing all the requested information may be rejected.
All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement pursuant to this tender process will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The Authority does not bind itself to accept any tender and reserves the right to accept any part of any tender unless the tenderer expressly stipulates to the contrary. The Authority is of the view that the EU Business Transfers Directive 2001/23/EC may apply to this procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Hemel-Hempstead:-Building-consultancy-services./Z598996H29
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z598996H29
GO-2013524-PRO-4828623 TKR-2013524-PRO-4828622
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Dacorum Borough Council
Civic Centre, Marlowes, Hemel Hempstead, HP1 1HH, United Kingdom
Tel. +44 1442228215, Email: ben.hosier@dacorum.gov.uk, URL: www.dacorum.gov.uk
Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com, URL: www.cedr.com
VI.4.2)Lodging of appeals: In accordance with Regulation 32 (Information about contract award procedures), Regulation 32A (standstill period), Regulation 47 and Regulations 47D to 47N(inclusive) of the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Dacorum Borough Council
Civic Centre, Marlowes, Hemel Hempstead, HP1 1HH, United Kingdom
Tel. +44 1442228215, Email: ben.hosier@dacorum.gov.uk, URL: www.dacorum.gov.uk
VI.5) Date Of Dispatch Of This Notice: 24/05/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Hemel Hempstead: Building consultancy services.
I.1)Name, Addresses and Contact Point(s):
Dacorum Borough Council
Civic Centre, Marlowes, Hemel Hempstead, HP1 1HH, United Kingdom
Tel. +44 1442228215, Email: ben.hosier@dacorum.gov.uk, URL: http://www.dacorum.gov.uk, URL: http://www.delta-esourcing.com/delta
Contact: Procurement, Attn: Ben Hosier
Electronic Access URL: http://www.delta-esourcing.com/delta
Electronic Submission URL: http://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: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Building consultancy services
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:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Building consultancy services. Building services consultancy services. Building surveying services. Architectural and building-surveying services. Engineering design services for mechanical and electrical installations for buildings. Mechanical engineering services. Mechanical and electrical engineering services. Civil engineering consultancy services. Engineering design services for the construction of civil engineering works. Civil engineering support services. Health and safety consultancy services. Health and safety services. Quantity surveying services. Quantity surveying services for civil engineering works. Construction consultancy services. Business and management consultancy services. Dacorum Borough Council (the "Authority") is seeking to establish long-term agreements with consultants who will work with the Authority in helping them deliver their planned and responsive programmes of work in the improvement of the Authority's built assets.
II.1.5)Common procurement vocabulary:
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
71315300 - Building surveying services.
71251000 - Architectural and building-surveying services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71333000 - Mechanical engineering services.
71334000 - Mechanical and electrical engineering services.
71311000 - Civil engineering consultancy services.
71322000 - Engineering design services for the construction of civil engineering works.
71311100 - Civil engineering support services.
71317210 - Health and safety consultancy services.
71317200 - Health and safety services.
71324000 - Quantity surveying services.
71322100 - Quantity surveying services for civil engineering works.
71530000 - Construction consultancy services.
79410000 - Business and management consultancy services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 4,450,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Qualitative Responses - 50
Price - 50
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: CPU00246
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 101 - 173236 of 24/05/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 04/04/2014
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Faithorn Farrell Timms LLP
Postal address: Berwick House, 8-10 Knoll Rise
Town: Orpington
Postal code: Kent
Country: United Kingdom
Email: robinfaithorn@effefftee.co.uk
Telephone: +44 1689885080
Fax: +44 1689885081
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 2,200,000
Currency: GBP
Total final value of the contract
Value: 2,500,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
2: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Building Surveying Services
V.1)Date Of Contract Award: 22/04/2014
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: 2
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Butler & Young Associates
Postal address: 1st Floor, 54-62 Station Road East, Oxted
Town: Surrey
Postal code: RH8 0PG
Country: United Kingdom
Email: enquiries@bya.co.uk
Telephone: +44 1883717172
Fax: +44 1883717174
Internet address: www.bya.co.uk
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 250,000
Currency: GBP
Total final value of the contract
Value: 300,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
3: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 22/04/2014
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: 2
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Sir Frederick Snow & Partners Ltd
Postal address: Corinthian House, 17 Lansdowne Road
Town: Croydon
Postal code: CR0 2BX
Country: United Kingdom
Email: post@fsnow.co.uk
Telephone: +44 2086048999
Fax: +44 2086048877
Internet address: www.fsnow.co.uk
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 750,000
Currency: GBP
Total final value of the contract
Value: 750,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
4: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 22/04/2014
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Faithorn Farrell Timms LLP
Postal address: Berwick House, 8-10 Knoll Rise, Orpington
Town: Kent
Postal code: BR6 0EL
Country: United Kingdom
Email: robinfaithorn@effefftee.co.uk
Telephone: +44 1689885080
Fax: +44 1689885081
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 300,000
Currency: GBP
Total final value of the contract
Value: 300,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
5: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 22/04/2014
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: 2
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: John Rowan and Partners LLP
Postal address: Craven House, 40 Uxbridge Road, Ealing
Town: London
Postal code: W5 2BS
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 300,000
Currency: GBP
Total final value of the contract
Value: 300,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
6: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 22/04/2014
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: 2
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Faithorn Farrell Timms LLP
Postal address: Berwick House, 8-10 Knoll Rise, Orpington
Town: Kent
Postal code: BR6 0EL
Country: United Kingdom
Email: robinfaithorn@effefftee.co.uk
Telephone: +44 1689885080
Fax: +44 1689885081
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 300,000
Currency: GBP
Total final value of the contract
Value: 300,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=96129373
GO-2014423-PRO-5624891 TKR-2014423-PRO-5624890
VI.3.1)Body responsible for appeal procedures:
Dacorum Borough Council
Civic Centre, Marlowes, Hemel Hempstead, HP1 1HH, United Kingdom
Tel. +44 1442228215, Email: ben.hosier@dacorum.gov.uk, URL: www.dacorum.gov.uk
Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com, URL: www.cedr.com
VI.3.2)Lodging of appeals: In accordance with Regulation 32 (Information about contract award procedures), Regulation 32A (standstill period), Regulation 47 and Regulations 47D to 47N(inclusive) of the Public Contracts Regulations 2006 (as amended).
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Dacorum Borough Council
Civic Centre, Marlowes, Hemel Hempstead, HP1 1HH, United Kingdom
Tel. +44 1442228215, Email: ben.hosier@dacorum.gov.uk, URL: www.dacorum.gov.uk
VI.4)Date Of Dispatch Of This Notice: 23/04/2014