Surrey Heath Borough Council: Camberley High Street Public Realm Improvements

  Surrey Heath Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Camberley High Street Public Realm Improvements
Notice type: Contract Award 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: 20/06/2018 17:08

View Full 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




View any Notice Addenda

View Award Notice