Borough Council of King's Lynn & West Norfolk has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Boston Archaeology Advice and Built Heritage Conservation Consultancy |
Notice type: | Contract Award Notice |
Authority: | Borough Council of King's Lynn & West Norfolk |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | This contract aims to provide Archaeological and Built Heritage Conservation Advice services for the Councils that meet current and future legislative requirements providing Advice service for the Councils on any heritage matters relating to Planning including Development Management, Enforcement, Policy / Forward Planning. |
Published: | 01/04/2022 08:11 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Boston Borough Council
Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
Contact: James Hawes
Main Address: https://www.mybostonuk.com/
NUTS Code: UKF30
I.2) Joint procurement:
The contract involves joint procurement: Yes
In the case of joint procurement involving different countries, state applicable national procurement law: Boston Borough Council, East Lindsey District Council
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: Boston Archaeology Advice and Built Heritage Conservation Consultancy
Reference number: Not Provided
II.1.2) Main CPV code:
71210000 - Advisory architectural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This contract aims to provide Archaeological and Built Heritage Conservation Advice services for the Councils that meet current and future legislative requirements providing Advice service for the Councils on any heritage matters relating to Planning including Development Management, Enforcement, Policy / Forward Planning.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 263,685
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Archaeology Advice
Lot No:1
II.2.2) Additional CPV code(s):
71351914 - Archaeological services.
II.2.3) Place of performance
Nuts code:
UKF30 - Lincolnshire
Main site or place of performance:
Lincolnshire
II.2.4) Description of the procurement: This contract aims to provide an Archaeological Advice service for the Council on all archaeological matters relating to Planning – including Development Management, Enforcement, and Policy/ Forward Planning.
II.2.5) Award criteria:
Quality criterion - Name: Understanding of the Project Brief / Weighting: 30
Quality criterion - Name: Relevant Skills & Experience of the Team / Weighting: 10
Quality criterion - Name: Added Value Elements / Additional Support for the Councils / Weighting: 5
Quality criterion - Name: Local Labour Profile / Weighting: 5
Cost criterion - Name: Fixed Annual Fee / Weighting: 40
Cost criterion - Name: Total of the Hourly Rate and Daily Rate / Weighting: 10
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:Built Heritage Conservation Advice
Lot No:2
II.2.2) Additional CPV code(s):
71210000 - Advisory architectural services.
II.2.3) Place of performance
Nuts code:
UKF30 - Lincolnshire
Main site or place of performance:
Lincolnshire
II.2.4) Description of the procurement: This contract aims to provide Built Heritage Conservation Advice services for the Councils on all matters relating to Planning – including Development Management, Enforcement, and Policy/ Forward Planning.
II.2.5) Award criteria:
Quality criterion - Name: Understanding of the Project Brief / Weighting: 25
Quality criterion - Name: Accessibility, Availability, and Response Time / Weighting: 5
Quality criterion - Name: Relevant Skills and Experience of the Team / Weighting: 10
Quality criterion - Name: Added Value Elements / Additional Support to the Council / Weighting: 5
Quality criterion - Name: Local Labour Profile / Weighting: 5
Cost criterion - Name: Fixed Annual Fee / Weighting: 40
Cost criterion - Name: Daily Rate Requested in the Tender Form / Weighting: 10
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-032464
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: Archaeological Advice
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/02/2022
V.2.2) Information about tenders
Number of tenders received: 2
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: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Heritage Trust of Lincolnshire, 02554738
The Old School, Cameron Street, Heckington, Sleaford, NG34 9RW, United Kingdom
Tel. +44 1529461499, Email: matthew.bentley@heritagelincolnshire.org
Internet address: https://www.heritagelincolnshire.org/
NUTS Code: UKF30
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: Not Provided
Total value of the contract/lot: 126,636
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: 2
Title: Built Heritage Architectural Conservation Advice
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/02/2022
V.2.2) Information about tenders
Number of tenders received: 1
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: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Heritage Trust of Lincolnshire, 02554738
The Old School, Cameron Street, Heckington, Sleaford, NG34 9RW, United Kingdom
Tel. +44 1529461499, Email: matthew.bentley@heritagelincolnshire.org
Internet address: https://www.heritagelincolnshire.org
NUTS Code: UKF30
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: Not Provided
Total value of the contract/lot: 137,049
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=679683874
VI.4) Procedures for review
VI.4.1) Review body
Boston Borough Council
Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
Tel. +44 1205314200, Email: Michelle.Sacks@boston.gov.uk
Internet address: https://www.mybostonuk.com
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: 01/04/2022
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Boston Borough Council
Municipal Buildings, West Street, Boston, PE21 8QR, United Kingdom
Email: procurementtenders@West-Norfolk.gov.uk
Main Address: https://www.mybostonuk.com/
NUTS Code: UKF30
2: Contracting Authority
East Lindsey District Council
Tedder Hall, Manby Park, Louth, LN11 8UP, United Kingdom
Email: procurementtenders@West-Norfolk.gov.uk
Main Address: https://www.e-lindsey.gov.uk/
NUTS Code: UKF30