Surrey Heath Borough Council: Camberley High Street Public Realm Improvements

  Surrey Heath Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Camberley High Street Public Realm Improvements
Notice type: Contract Notice
Authority: Surrey Heath Borough Council
Nature of contract: Services
Procedure: Restricted
Short Description: The Camberley High Street Public Realm Improvements Scheme is intended to make the High Street better for pedestrians and provide an important hub including increasing the quantity of usable open space. This will be achieved by prioritising pedestrians on the existing High Street corridor and improvements to the public realm. These improvements will include street furniture and use of appropriate materials, including green and soft landscaping. This project is heavily focused on the delivery of high quality urban design as a mechanism to transform the public realm, improve access and movement and reduce the dominance of cars on Camberley High Street. It is expected that the commission is urban design led, giving pedestrian priority, with transport/highway access to vehicles including Cars and Service Vehicles through a multi-disciplinary support approach to deliver detailed design up to the construction stage in accordance with the brief.
Published: 20/12/2017 15:12
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-Camberley: Urban planning and landscape architectural services.
Section I: Contracting Authority
      I.1) Name and addresses
             Surrey Heath Borough Council
             Surrey Heath House, Knoll Road, Camberley, GU15 3HD, United Kingdom
             Email: mehefin.bell@surreyheath.gov.uk
             Contact: Mehefin Bell
             Main Address: http://www.surreyheath.gov.uk/
             NUTS Code: UKJ25
      I.2) Joint procurement
      The contract involves joint procurement: No.
      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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Camberley:-Urban-planning-and-landscape-architectural-services./3B3TW9B67F
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Camberley:-Urban-planning-and-landscape-architectural-services./3B3TW9B67F to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Camberley High Street Public Realm Improvements       
      Reference Number: 293061215
      II.1.2) Main CPV Code:
      71400000 - Urban planning and landscape architectural services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Camberley High Street Public Realm Improvements Scheme is intended to make the High Street better for pedestrians and provide an important hub including increasing the quantity of usable open space. This will be achieved by prioritising pedestrians on the existing High Street corridor and improvements to the public realm. These improvements will include street furniture and use of appropriate materials, including green and soft landscaping.
This project is heavily focused on the delivery of high quality urban design as a mechanism to transform the public realm, improve access and movement and reduce the dominance of cars on Camberley High Street. It is expected that the commission is urban design led, giving pedestrian priority, with transport/highway access to vehicles including Cars and Service Vehicles through a multi-disciplinary support approach to deliver detailed design up to the construction stage in accordance with the brief.       
      II.1.5) Estimated total value:
      Value excluding VAT: 250,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKJ25 West Surrey
      
      II.2.4) Description of procurement: The Council are undertaking a Restricted procurement procedure to find an experienced provider that are able to deliver a Public Realm Design led service with the necessary skills and track record of successful delivery of similar schemes, that require a balance of Highways/High Street and Public Realm functionality.
All Expressions of Interest must complete and submit a PQQ self assessment before being considered to be taken to ITT stage.
      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: 250,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: The objective criteria for choosing the limited number of candidates is set out in the Pre-Qualification questionnaire instructions
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Members of RIBA / ICE or equivalent.
Requirement to be familiar with CDM regulations.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      The Council may require the winning bidder to provide a form of guarantee (e.g. Parent Company Guarantee) which will be discussed with bidders during the ITT.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 23/01/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/02/2018       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: You will be required to download the instructions, complete and submit online the PQQ by the deadline specified in Section IV.2.2. The Council will not shortlist any supplier to be invited to tender where any of the reasons detailed in the Public Contracts Regulations 2015 are deemed to apply.
The Council shall have no liability for any costs, expenses, fees or charges (including third party charges) by those expressing interest in and/or pre-qualifying for and/or tendering for this opportunity. No contract (whether implied or otherwise) shall exist between any bidder and the Council until such time as a contract is awarded to a successful bidder. The Council reserves the right to make any changes to the procurement as it may require at anytime with no liability on its part (including to change, suspend, stop or terminate the process and not award a contract and/or to reject any or all bids at any time).
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Camberley:-Urban-planning-and-landscape-architectural-services./3B3TW9B67F

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3B3TW9B67F
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Council will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tenderer; and will specify when the standstill period is expected to end or the date before which the Council will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings had arisen.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 20/12/2017

Annex A


View any Notice Addenda

View Award Notice

UK-Camberley: Urban planning and landscape architectural services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Surrey Heath Borough Council
       Surrey Heath House, Knoll Road, Camberley, GU15 3HD, United Kingdom
       Email: mehefin.bell@surreyheath.gov.uk
       Contact: Mehefin Bell
       Main Address: http://www.surreyheath.gov.uk/
       NUTS Code: UKJ25

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      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: Camberley High Street Public Realm Improvements            
      Reference number: 293061215

      II.1.2) Main CPV code:
         71400000 - Urban planning and landscape architectural services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Camberley High Street Public Realm Improvements Scheme is intended to make the High Street better for pedestrians and provide an important hub including increasing the quantity of usable open space. This will be achieved by prioritising pedestrians on the existing High Street corridor and improvements to the public realm. These improvements will include street furniture and use of appropriate materials, including green and soft landscaping.
This project is heavily focused on the delivery of high quality urban design as a mechanism to transform the public realm, improve access and movement and reduce the dominance of cars on Camberley High Street. It is expected that the commission is urban design led, giving pedestrian priority, with transport/highway access to vehicles including Cars and Service Vehicles through a multi-disciplinary support approach to deliver detailed design up to the construction stage in accordance with the brief.

      II.1.6) Information about lots
         This contract is divided into lots: No
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 248,063
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKJ25 - West Surrey
   
      Main site or place of performance:
      West Surrey
             

      II.2.4) Description of the procurement: The Council are undertaking a Restricted procurement procedure to find an experienced provider that are able to deliver a Public Realm Design led service with the necessary skills and track record of successful delivery of similar schemes, that require a balance of Highways/High Street and Public Realm functionality.
All Expressions of Interest must complete and submit a PQQ self assessment before being considered to be taken to ITT stage.

      II.2.5) Award criteria:
      Quality criterion - Name: Methodology & Approach / Weighting: 25
      Quality criterion - Name: Staffing & Experience / Weighting: 13
      Quality criterion - Name: Programme & Reporting / Weighting: 9
      Quality criterion - Name: Risk Management / Weighting: 13
      Quality criterion - Name: Presentations / Weighting: 15
                  
      Cost criterion - Name: Price and VFM Analysis / Weighting: 25
            

      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: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: 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: 2017/S 246-515031
      
   

   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: Deed of Appointment    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/05/2018

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Project Centre Limited
             Unit 2 Holford Yard, London, Wc1X 9HD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 248,063          
         Total value of the contract/lot: 248,063
         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: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/06/2018

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Project Centre
             Unit 2 Holford Yard, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 248,063
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=328582519

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Council will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tenderer; and will specify when the standstill period is expected to end or the date before which the Council will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings had arisen.

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

   VI.5) Date of dispatch of this notice: 20/06/2018