Construction Tenders

Tue May 07 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 26th Apr 2024

Tender Details
Referenceocds-h6vhtk-045558
Common Procurement VocabularyEnvironmental planning
Procurement MethodOpen procedure
Value£333,000
« Previous Page

London

Category Services

Type

No. of Lots 1

Status Active

Published 26th Apr 2024

Tender Details
Referenceocds-h6vhtk-045558
Common Procurement VocabularyEnvironmental planning
Procurement MethodOpen procedure
Value£333,000

Section I: Contracting authority

I.1) Name and addresses

London Borough of Hillingdon

London

Hillingdon

London

Email

jgasparette [at] hillingdon.gov.uk

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.hillingdon.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

LB Hillingdon - Provision of Flood Risk Management Support & Planning Application Review

II.1.2) Main CPV code

  • 90712000 - Environmental planning

II.1.3) Type of contract

Services

II.1.4) Short description

The London Borough of Hillingdon (LBH) currently has an outsourced service for the provision of the Flood Risk Support & Planning Application Review. The existing contract will end in August 2024. The Council is running an open tender process for a new contract, as defined in the document pack on our portal www.capitalesourcing.com. The services will include the following:

1- LLFA day-to-day Support / undertake an annual review of the Local Flood Risk Management Strategy

2- Flood Risk Management Projects Support (subject to relevant funding, fee and resource agreement)

b. Flood Risk Modelling and Interpretation

c. Funding Bids

d. Feasibility Studies and Options Appraisals (funded from project funds)

e. Project Design and Delivery (funded from project funds)

f. Infrastructure Asset Management

3- Planning Application Review Support

The Council's intention is for the contract to be let for a period of three years, with a possible extension period of a further two years. The contract will start from the date for commencement of the service, which is currently planned to be 2nd September

II.1.5) Estimated total value

Value excluding VAT: £333,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71800000 - Consulting services for water-supply and waste consultancy
  • 90712400 - Natural resources management or conservation strategy planning services
  • 90713000 - Environmental issues consultancy services

II.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

II.2.4) Description of the procurement

The London Borough of Hillingdon is inviting tenders from suitably qualified and experienced providers in relation to entering into an agreement for the provision of the Flood Risk Support & Planning Application Review. The existing contract will end in August 2024, the Council is running an open tender process for a new contract, as defined in the document pack on our portal www.capitalesourcing.com. The services will include the following:

1- LLFA day-to-day Support

2- Flood Risk Management Projects Support (subject to relevant funding, fee and resource agreement)

b. Flood Risk Modelling and Interpretation

c. Funding Bids

d. Feasibility Studies and Options Appraisals (funded from project funds)

e. Project Design and Delivery (funded from project funds)

f. Infrastructure Asset Management

3- Planning Application Review Support

The Council's intention is for the contract to be let for a period of three years, with a possible extension period of a further two years. The contract will start from the date for commencement of the service, which is currently planned to be 2nd September 2024.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: £333,000

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

Start date

2 September 2024

End date

1 September 2027

This contract is subject to renewal

Yes

Description of renewals

The proposed contract will be for a period of three (3) years with an option to extend for a further two (2) years in 1 (one) year increments, subject to the requirements of the service and the satisfactory performance of the supplier.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The proposed contract will be for a period of three (3) years with an option to extend for a further two (2) years in 1 (one) year increments, subject to the requirements of the service and the satisfactory performance of the supplier.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the procurement documents via the tender portal, www.capitalesourcing.com

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

III.2.2) Contract performance conditions

Please refer to the procurement documents via the tender portal, www.capitalesourcing.com


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

31 May 2024

Local time

5:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

31 May 2024

Local time

5:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

London Borough of Hillingdon

Civic Centre

Uxbridge

UB8 1UW

Country

United Kingdom