Watford Borough Council: Capital Projects Consultancy Support

  Watford Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Capital Projects Consultancy Support
Notice type: Contract Notice
Authority: Watford Borough Council
Nature of contract: Services
Procedure: Open
Short Description: Framework Agreement for the Provision of Consultancy to Support Capital Projects
Published: 15/01/2016 14:26
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Rickmansworth: Construction consultancy services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Three Rivers District Council
      Three Rivers House, Northway, Rickmansworth, WD3 1RL, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.threerivers.gov.uk, URL: www.threerivers.gov.uk
      Contact: Corporate Procurement Manager, Attn: Howard Hughes
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

      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: Capital Projects Consultancy Support
      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
            maximum number of participants to the framework agreement envisaged: 5
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 500,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      Construction consultancy services. Project management consultancy services. Design consultancy services. Framework Agreement for the Provision of Consultancy to Support Capital Projects
         
      II.1.6)Common Procurement Vocabulary:
         71530000 - Construction consultancy services.
         
         72224000 - Project management consultancy services.
         
         79415200 - Design consultancy 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: No
      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:
      As shown in the tender documentation.      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/04/2016
         Completion: 31/03/2020

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As shown in the tender documentation.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As shown in the tender documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As shown in the tender documentation.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As shown in the tender documentation.      
   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.

      As shown in the tender documentation.      
      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 shown in the tender documentation.         
         Minimum Level(s) of standards possibly required:
         As shown in the tender documentation.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (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 shown in the tender documentation.         
         Minimum Level(s) of standards possibly required:
         As shown in the tender documentation.      
      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: Not Provided      
      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: 15/02/2016
      Time-limit for receipt of requests for documents or for accessing documents: 23:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 16/02/2016
         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: 60
      
      IV.3.8)Conditions for opening tenders
         Date: 16/02/2016
         Time: 12:00
         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.

Bids for this opportunity must be submitted, including a completed on line questionnaire, via the procurement portal. The portal also includes further information about the project. Suppliers should 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: 3T27A3A6HV
Please 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 complete an on line questionnaire and 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

Three Rivers 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 Three Rivers DC 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.

Three Rivers District 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
Dacorum BC
Welwyn Hatfield DC
Broxbourne BC
East Herts DC
North Herts DC
Stevenage BC
Hertsmere BC
St Albans BC
Watford BC
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Rickmansworth:-Construction-consultancy-services./3T27A3A6HV

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3T27A3A6HV
GO-2016115-PRO-7583311 TKR-2016115-PRO-7583310
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Three Rivers District Council
      Three Rivers House, Northway, Rickmansworth, WD3 1RL, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.threerivers.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: 15/01/2016

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
      Watford Borough Council
      Town Hall, Watford, WD17 3EX, United Kingdom

View any Notice Addenda

View Award Notice

UK-Rickmansworth: Construction consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Three Rivers District Council
       Three Rivers House, Northway, Rickmansworth, WD3 1RL, United Kingdom
       Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
       Contact: Corporate Procurement Manager
       Main Address: www.threerivers.gov.uk, Address of the buyer profile: www.threerivers.gov.uk
       NUTS Code: UKH23

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Capital Projects Consultancy Support            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71530000 - Construction consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Framework Agreement for the Provision of Consultancy to Support Capital Projects

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                          
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 500,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1: Project and Construction Manager   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            72224000 - Project management consultancy services.
            79415200 - Design consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKH23 - Hertfordshire
   
      Main site or place of performance:
      Hertfordshire
             

      II.2.4) Description of the procurement: Project and Construction Manager Services

      II.2.5) Award criteria:
      Quality criterion - Name: Hourly Rates / Weighting: 40
      Quality criterion - Name: Delivery methodology / Weighting: 20
      Quality criterion - Name: Details of the staff / team / Weighting: 15
      Quality criterion - Name: Experience / Weighting: 15
      Quality criterion - Name: Summary of approach / Weighting: 5
      Quality criterion - Name: Social Value / Weighting: 5
      Quality criterion - Name: Not Used / Weighting: 0
      Quality criterion - Name: Not Used / Weighting: 0
      Quality criterion - Name: Not Used / Weighting: 0
      Quality criterion - Name: Not Used / Weighting: 0
                  
      Cost criterion - Name: Hourly rates for the levels of staff who can provide the expertise and skills required for this commission / Weighting: 40
            

      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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2: Principal Designer   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71530000 - Construction consultancy services.
            79415200 - Design consultancy services.
            72224000 - Project management consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKH23 - Hertfordshire
   
      Main site or place of performance:
      Hertfordshire
             

      II.2.4) Description of the procurement: Principal Designer Services

      II.2.5) Award criteria:
      Quality criterion - Name: Hourly Rates / Weighting: 40
      Quality criterion - Name: Delivery Methodology / Weighting: 20
      Quality criterion - Name: Details of staff / team / Weighting: 15
      Quality criterion - Name: Experience / Weighting: 15
      Quality criterion - Name: Summary of Approach / Weighting: 5
      Quality criterion - Name: Social Value / Weighting: 5
                  
      Cost criterion - Name: Hourly rates for the levels of staff who can provide the expertise and skills required for this commission / Weighting: 40
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2016/S 12-17210
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Project and Construction Manager

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Frankham Consultancy Group Limited
             Irene House, Five Arches Business Park, Maidstone Road, Sidcup, DA14 5AE, United Kingdom
             Tel. +44 2083097777, Email: marketing@frankham.com
             NUTS Code: UKJ4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 400,000          
         Total value of the contract/lot: 400,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Project and Construction Manager

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Hunter & Partners Limited
             Space One, Beadon Road, London, W6 0EA, United Kingdom
             Tel. +44 2082378221, Email: g.acus@hunters.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 400,000          
         Total value of the contract/lot: 400,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Project and Construction Manager

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Keegans Ltd
             Studio 3 Blue Lion Place, 237 Long Lane, London, SE1 4PU, United Kingdom
             Tel. +44 2071990909, Email: Anna.Dewey@TheKeegansGroup.com
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 400,000          
         Total value of the contract/lot: 400,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Principal Designer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 9 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Faithorn Farrell Timms LLP
             Central Court, 1 Knoll Rise, Orpington, BR6 0JA, United Kingdom
             Tel. +44 1689885080, Email: aliciasmith@effefftee.co.uk
             NUTS Code: UKJ4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 100,000          
         Total value of the contract/lot: 100,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Principal Designer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 9 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Keegans Ltd
             3 Blue Lion Place, 237 Long Lane, London, SE1 4PU, United Kingdom
             Tel. +44 2071990909, Email: Anna.Dewey@TheKeegansGroup.com
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 100,000          
         Total value of the contract/lot: 100,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Principal Designer

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/05/2016

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 9 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             PWA Designs Limited
             108 Vicarage Road, Sunbury on Thames, Spelthorne, TW16 7QX, United Kingdom
             Tel. +44 1932508954, Email: natalie.watson@pwa.uk.com
             NUTS Code: UKJ23
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 100,000          
         Total value of the contract/lot: 100,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.

Three Rivers Council as the Contracting Authority is putting in place a Collaborative Framework Agreement for use by Hertfordshire local authorities and any successors to them.

Potential suppliers should note that Three Rivers DC 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.

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.

Three Rivers District 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
Dacorum BC
Welwyn Hatfield DC
Broxbourne BC
East Herts DC
North Herts DC
Stevenage BC
Hertsmere BC
St Albans BC
Watford BC
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=204605281

   VI.4) Procedures for review

      VI.4.1) Review body
          Three Rivers District Council
          Three Rivers House, Northway, Rickmansworth, WD3 1RL, United Kingdom
          Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
          Internet address: www.threerivers.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 31/05/2016

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Watford Borough Council
       Town Hall, Watford, WD17 3EX, United Kingdom
       Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
       Contact: Corporate Procurement Manager
       Main Address: https://watford.gov.uk, Address of the buyer profile: https://watford.gov.uk
       NUTS Code: UKH23