Bristol City Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | UK-Bristol: Environmental engineering consultancy services. |
Notice type: | Prior Information Notice |
Authority: | Bristol City Council |
Nature of contract: | Not applicable |
Procedure: | Not applicable |
Short Description: | |
Published: | 02/09/2014 08:29 |
View Full Notice
Section I: Contracting Authority
Title: UK-Bristol: Environmental engineering consultancy services.
I.1)Name, Addresses and Contact Point(s):
Bristol City Council
City Hall, College Green, Bristol, BS1 5TR, United Kingdom
Tel. +44 1173525565, Fax. +44 1179037463, Email: john.thompson@bristol.gov.uk, URL: www.bristol.gov.uk, URL: https://www.proactisplaza.com/supplierportal
Contact: Strategic Commissioning and Procurement Services, Attn: Mr J Thompson
Further information can be obtained at: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
Environment
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II.B: Object Of The Contract (Supplies Or Services)
II.Services.1
II.1)Title attributed to the contract by the contracting authority: Flood Risk Consultancy Framework
II.2)Type of contract and place of delivery or of performance
Service category No: 12 Region Codes: UKK11 - Bristol, City of
II.3)Short description of nature and quantity or value of supplies or services:
Environmental engineering consultancy services. Design-modelling services. Engineering design services. Engineering services. Engineering design services for the construction of civil engineering works. Bristol City Council is seeking to establish a new framework for Flood RiskConsultancy. The framework is subject to change but is proposed to be set up insix ‘lots’ for different types of work.Lot 1 Hydrology, Hydraulic Modelling and mapping Examples include:Hydrological modelling and analysisMapping of river, sea and surface water floodingManagement of geographical dataLot 2 Environmental Assessment Examples include:Environmental Impact AssessmentHeritage and archaeological managementEcological survey and habitat creationGround investigationsLot 3 Engineering Concepts and Design Examples include:Design of mitigation solutions such as SuDS from concept to detailInnovative reporting and public engagementDesign, supervision and contract managementLot 4 Structural Engineering Examples include:Assessment of existing flood risk and drainage infrastructureAnalysis of surveysDesign of new infrastructureLot 5 Technical Advice Examples include:Engineering and strategy adviceTechnical reviewsLink with wider city objectives and regenerationLot 6 Project Management Examples include:Appointment to resource implementationsProvides continuity from studies to point of deliveryStrategy, project appraisal and business cases Lots (for information about lots, use Annex B as many times as there are lots):
This contract is divided into lots:Yes
II.4)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
II.5)Scheduled date for start of award procedures: 17/10/2014
II.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.7)Additional Information:
A Suppliers Open Morning will be held on Thursday 25th September 2014 at TheCity and Port of Bristol Social and Sports Club, Nibley Road, Bristol BS11 9XW.Registration will commence at 9.00am for a 9.30am start.The session will take place between 9.30am and 12.00pm, and will include anintroduction to the project, an explanation of the type of work involved, theprocurement process, and an opportunity for Suppliers to ask questions.Places will be strictly limited to two persons per organisation.To register your interest in attending the Suppliers Morning please contact Mrs JoEvans by 4pm Wednesday 24th September 2014 at: Corporate Commissioning &Procurement Service, 5th Floor, B Bond, Smeaton Road, Bristol. Telephone: 0117352 5176, or e-mail : jo.evans@bristol.gov.uk
Information About Lots
Lot No: 1
Title: Hydrology, Hydraulic Modelling and Mapping
1)Short Description:
Consultancy framework for flood risk projects.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71323000 - Engineering design services for industrial process and production.
3)Quantity Or Scope:
Examples include:Hydrological modelling and analysisMapping of river, sea and surface water floodingManagement of geographical data
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Start of award procedures: 17/10/2014
Duration in months: 48
5)Additional Information About Lots:
Bristol City Council anticipate this framework should have a duration period of up to four years but reserve the right to procure similar services through other means.
Lot No: 2
Title: Environmental Assessment
1)Short Description:
Consultancy framework for flood risk projects.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
3)Quantity Or Scope:
Examples include:Environmental Impact AssessmentHeritage and archaeological managementEcological survey and habitat creationGround investigations
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Start of award procedures: 17/10/2014
Duration in months: 48
5)Additional Information About Lots:
Bristol City Council anticipate this framework should have a duration period of up to four years but reserve the right to procure similar services through other means.
Lot No: 3
Title: Engineering Concepts and Design
1)Short Description:
Consultancy framework for flood risk projects.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
3)Quantity Or Scope:
Examples include:Design of mitigation solutions such as SuDS from concept to detailInnovative reporting and public engagementDesign, supervision and contract management
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Start of award procedures: 17/10/2014
Duration in months: 48
5)Additional Information About Lots:
Bristol City Council anticipate this framework should have a duration period of up to four years but reserve the right to procure similar services through other means.
Lot No: 4
Title: Structural Engineering
1)Short Description:
Consultancy framework for flood risk projects.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
3)Quantity Or Scope:
Examples include:Assessment of existing flood risk and drainage infrastructureAnalysis of surveysDesign of new infrastructure
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Start of award procedures: 17/10/2014
Duration in months: 48
5)Additional Information About Lots:
Bristol City Council anticipate this framework should have a duration period of up to four years but reserve the right to procure similar services through other means.
Lot No: 5
Title: Technical Advice
1)Short Description:
Consultancy framework for flood risk projects.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
3)Quantity Or Scope:
Examples include:Engineering and strategy adviceTechnical reviewsLink with wider city objectives and regeneration
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Start of award procedures: 17/10/2014
Duration in months: 48
5)Additional Information About Lots:
Bristol City Council anticipate this framework should have a duration period of up to four years but reserve the right to procure similar services through other means.
Lot No: 6
Title: Project Management
1)Short Description:
Consultancy framework for flood risk projects.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
3)Quantity Or Scope:
Examples include:Appointment to resource implementationsProvides continuity from studies to point of deliveryStrategy, project appraisal and business cases
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Start of award procedures: 17/10/2014
Duration in months: 48
5)Additional Information About Lots:
Bristol City Council anticipate this framework should have a duration period of up to four years but reserve the right to procure similar services through other means.
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Information will be provided in the Invitation to Tender and supporting documents.
III.2)Conditions For Participation
III.2.1)Information about reserved contracts: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds: No
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=111448629
GO-201492-PRO-5971473 TKR-201492-PRO-5971472
VI.3)Information On General Regulatory Framework
Relevant governmental Internet sites where information can be found:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 02/09/2014
View any Notice Addenda
UK-Bristol: Environmental engineering consultancy services.
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Bristol City Council
City Hall, College Green, Bristol, BS1 5TR, United Kingdom
Tel. +44 1173525565, Fax. +44 1179037463, Email: john.thompson@bristol.gov.uk, URL: www.bristol.gov.uk, URL: https://www.proactisplaza.com/supplierportal
Contact: Strategic Commissioning and Procurement Services, Attn: Mr J Thompson
Electronic Access URL: https://www.proactisplaza.com/supplierportal
Electronic Submission URL: https://www.proactisplaza.com/supplierportal
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
Environment
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Flood Risk Consultancy Framework
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKK - SOUTH WEST (ENGLAND)
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: 13
Duration of the framework agreement:
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 960,000 and 1,640,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Environmental engineering consultancy services. Design-modelling services. Engineering design services. Engineering services. Engineering design services for the construction of civil engineering works. Construction project management services. Technical assistance services. Structural engineering consultancy services. Bristol City Council is seeking to establish a new framework for Flood Risk Consultancy. The framework will consist of 7 ‘lots' for different types of services. Lot 1 Hydrology, Hydraulic Modelling and Mapping; Lot 2 Environmental Assessment; Lot 3 Engineering Concepts and Design; Lot 4 Structural Engineering; Lot 5 Technical Advice; Lot6 Project Management and Lot 7 Multi-disciplinary Services.
II.1.6)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71541000 - Construction project management services.
71356200 - Technical assistance services.
71312000 - Structural engineering consultancy services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The framework consists of 7 ‘lots' for different types of services. Lot 1 Hydrology, Hydraulic Modelling and Mapping; Lot 2 Environmental Assessment; Lot 3 Engineering Concepts and Design; Lot 4 Structural Engineering; Lot 5 Technical Advice; Lot6 Project Management and Lot 7 Multi-disciplinary Services. Further details are available from the Pre-Qualification Questionnaire Information Pack and other documents which can be found on Bristol’s e-tendering portal – Proactis - https://www.proactisplaza.com/supplierportal, file reference number Reqd 101183.
Estimated value excluding VAT:
Range between: 960,000 and 1,640,000
Currency: GBP
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
Duration in months: 48 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Hydrology, Hydraulic Modelling and Mapping
1)Short Description:
Lot 1 - Hydrology, Hydraulic Modelling and Mapping. The services includes; hydrological modelling and analysis; mapping of river, sea and surface water flooding and management of geographical data.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
3)Quantity Or Scope:
Further details are available from the Pre-Qualification Questionnaire Information Pack and other documents which can be found on Bristol’s e-tendering portal – Proactis - https://www.proactisplaza.com/supplierportal, file reference number Reqd 101183.
Value range between: 75,000 and 150,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots:
Number of applicants to be short list will be 6, if 6 or more pass the stage 1 of the Selection Criteria.
Lot No: 2
Title: Environmental Assessment
1)Short Description:
Lot 2 - Environmental Assessment. The services includes; environmental impact assessment; heritage and archaeological management; ecological survey and habitat creation and ground investigations.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71356200 - Technical assistance services.
3)Quantity Or Scope:
Further details are available from the Pre-Qualification Questionnaire Information Pack and other documents which can be found on Bristol’s e-tendering portal – Proactis - https://www.proactisplaza.com/supplierportal, file reference number Reqd 101183.
Value range between: 10,000 and 30,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots:
Number of applicants to be short list will be 5, if 5 or more pass the stage 1 of the Selection Criteria.
Lot No: 3
Title: Engineering Concepts and Design
1)Short Description:
Lot 3 - Engineering Concepts and Design. The services includes; design of mitigation solutions such as SuDS from concept to detail; innovative reporting and public engagement; design, supervision and contract management.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71541000 - Construction project management services.
3)Quantity Or Scope:
Further details are available from the Pre-Qualification Questionnaire Information Pack and other documents which can be found on Bristol’s e-tendering portal – Proactis - https://www.proactisplaza.com/supplierportal, file reference number Reqd 101183.
Value range between: 100,000 and 200,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots:
Number of applicants to be short list will be 6, if 6 or more pass the stage 1 of the Selection Criteria.
Lot No: 4
Title: Structural Engineering
1)Short Description:
Lot 4 - Structural Engineering. The services include; assessment of existing flood risk and drainage infrastructure; analysis of surveys; design of new infrastructure.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71312000 - Structural engineering consultancy services.
3)Quantity Or Scope:
Further details are available from the Pre-Qualification Questionnaire Information Pack and other documents which can be found on Bristol’s e-tendering portal – Proactis - https://www.proactisplaza.com/supplierportal, file reference number Reqd 101183.
Value range between: 15,000 and 30,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots:
Number of applicants to be short list will be 5, if 5 or more pass the stage 1 of the Selection Criteria.
Lot No: 5
Title: Technical Advice
1)Short Description:
Lot 5 - Technical Advice. The services include; engineering and strategy advice; technical reviews and link with wider city objectives and regeneration.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71356200 - Technical assistance services.
3)Quantity Or Scope:
Further details are available from the Pre-Qualification Questionnaire Information Pack and other documents which can be found on Bristol’s e-tendering portal – Proactis - https://www.proactisplaza.com/supplierportal, file reference number Reqd 101183.
Value range between: 10,000 and 30,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots:
Number of applicants to be short list will be 5, if 5 or more pass the stage 1 of the Selection Criteria.
Lot No: 6
Title: Project Management
1)Short Description:
Lot 6 - Project Management. The services include; appointment to resource implementations; provides continuity from studies to point of delivery and strategy, project appraisal and business cases.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71541000 - Construction project management services.
71356200 - Technical assistance services.
3)Quantity Or Scope:
Further details are available from the Pre-Qualification Questionnaire Information Pack and other documents which can be found on Bristol’s e-tendering portal – Proactis - https://www.proactisplaza.com/supplierportal, file reference number Reqd 101183.
Value range between: 150,000 and 200,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots:
Number of applicants to be short list will be 5, if 5 or more pass the stage 1 of the Selection Criteria.
Lot No: 7
Title: Multi-disciplinary Services
1)Short Description:
Lot 7 - Multi-disciplinary Services. The services include; Avon Cut Wall Feasibility Study cases and other larger projects.
2)Common Procurement Vocabulary:
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71541000 - Construction project management services.
71356200 - Technical assistance services.
71312000 - Structural engineering consultancy services.
3)Quantity Or Scope:
Further details are available from the Pre-Qualification Questionnaire Information Pack and other documents which can be found on Bristol’s e-tendering portal – Proactis - https://www.proactisplaza.com/supplierportal, file reference number Reqd 101183.
Value range between: 500,000 and 700,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots:
Number of applicants to be short list will be 6, if 6 or more pass the stage 1 of the Selection Criteria.
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The authority reserves the right to request appropriate security relevant and proportionate to the contract value.Further details will be given in the Invitation To Tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Bristol City Council standard form of condition for payment, which will be provided in the framework contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The authority reserves the right to require grouping consultants to take a particular form or to require a singleconsultant to take primary liability or to require that each consultant undertakes joint or several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As specified in the Invitation To Tender documents.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
In accordance with Regulation23 of the Public Contracts Regulations 2006 (as amended) and as set out in the Pre-Qualification Questionnaire documentation available on-line from Bristol’s e-tendering system. Also; (1) The Council reserves the right to exclude a Bidder if: (a) the Bidder has not confirmed that Blacklists are not used by or on behalf of the Bidder; and/or (b) the Council is not satisfied that the Bidder has demonstrated that adequate measures are in place to ensure that Blacklists are not used by or on behalf of the Bidder.(2) The Council reserves the right to exclude a Bidder if the Council is not satisfied that adequate self-cleaning has been carried out following: (a) an adverse finding by a court or tribunal or other public body exercising similar functions regarding the use of a Blacklist by or on behalf of a Bidder; (b)an admission by the Bidder of the use of a Blacklist by or on behalf of the Bidder. Please refer to the Pre-Qualification Questionnaire documentation and the on-line questionnaire for more details (including a definition of “Blacklist” and guidance regarding self-cleaning).
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
In accordance with the Public Contracts Regulations 2006 (as amended) and as set out in the Pre-Qualification Questionnaire documentation available on-line from Bristol’s e-tendering system.
Minimum Level(s) of standards possibly required:
In accordance with Regulation 24 of the Public Contracts Regulations 2006 (as amended) and as set out in the documentation available on-line from Bristol’s e-tendering system. Also; For all Lots (1 to 7) the applicant must be willing to take out the required insurances with an acceptable insurance company that specifically provide a minimum amount of cover of GBP 5 million for Public Liability and GBP 10 million Employers Liability Insurance. For Lots 1 to 6 the applicant must be willing to take out the required insurances with an acceptable insurance company that specifically provide a minimum amount of cover of GBP 2 million for Professional Indemnity insurance. For Lots 7 the applicant must be willing to take out the required insurances with an acceptable insurance company that specifically provide a minimum amount of cover of GBP 10 million for Professional Indemnity insurance. All applicants must agree to a contract that contains either Liquidated Damages or Delay Damages clause and provide a parent company guarantee and/or other guarantees of performance and financial standing if required. All applicants must be able to demonstrate suitable financial stability for individual contracts with a financial value for: Lot 1 - Hydrology, Hydraulic Modelling and Mapping 150,000 GBP: Lot 2 - Environmental Assessment 50,000 GBP: Lot 3 - Engineering Concepts and Design 200,000 GBP: Lot 4 - Structural Engineering 50,000 GBP: Lot 5 - Technical Advice 50,000 GBP: Lot 6 - Project Management 200,000 GBP and Lot 7 - Multi-disciplinary Services 700,000 GBP. Full details are available in the Pre-Qualification Questionnaire, Selection Criteria and other documentation from Bristol’s e-tendering system.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
In accordance with the Public Contracts Regulations 2006 (as amended) and as set out in the Pre-Qualification Questionnaire documentation available on-line from Bristol’s e-tendering system.
Minimum Level(s) of standards possibly required:
In accordance with Regulation 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the documentation available on-line from Bristol’s e-tendering system. Also; The applicant must demonstrate suitable technical experience in: Lot 1 - Hydrology, Hydraulic Modelling and Mapping including surface water flood model for integrated urban drainage model ) and 1D/2D hydraulic model: Lot 2 - Environmental Assessment including ecological advice for construction: Lot 3 - Engineering Concepts and Design including sustainable drainage: Lot 4 - Structural Engineering including structural assessment: Lot 5 - Technical Advice: Lot 6 - Project Management and Lot 7 - Multi-disciplinary Services. For all Lots the applicant must demonstrate that suitable measures or policies are in place regarding; Quality Assurance Measures; Health & Safety and Equal Opportunities Policies and provide suitable references. Full details are available in the Pre-Qualification Questionnaire, Selection Criteria and other documentation from Bristol’s e-tendering system.
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: No
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: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 38
Objective Criteria for choosing the limited number of candidates:
Suitable technical experience for: Lot 1 - Hydrology, Hydraulic Modelling and Mapping including surface water flood model for integrated urban drainage model ) and 1D/2D hydraulic model: Lot 2 - Environmental Assessment including ecological advice for construction: Lot 3 - Engineering Concepts and Design including sustainable drainage: Lot 4 - Structural Engineering including structural assessment: Lot 5 - Technical Advice: Lot 6 - Project Management and Lot 7 - Multi-disciplinary Services. For all Lots references and policies and procedures regarding innovation and continuous improvement. Full details are available in the Pre-Qualification Questionnaire, Selection Criteria and other documentation from Bristol’s e-tendering system.
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: Proactis Reqd 1001183
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2014/S 168 - 299253 of 03/09/2014
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 18/11/2014
Time-limit for receipt of requests for documents or for accessing documents: 16:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 20/11/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
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, and the contract will be awarded on the basis of the most economically advantageous tender. The deadline set out in IV.3.4 is the deadline for receipt of the applicant’s completed Pre-Qualification Questionnaire and to submit all supporting documentation.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=115872192
GO-20141013-PRO-6086058 TKR-20141013-PRO-6086057
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Bristol District Registry of the High Court of Justice
Greyfriars, Lewins Mead, Bristol, BS1 2NR, United Kingdom
Tel. +44 1179106700
VI.4.2)Lodging of appeals: In accordance with English law and the Public ContractsRegulations 2006 (as amended).
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: 13/10/2014
ANNEX A
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Bristol City Council
City Hall, College Green, Bristol, BS1 5TR, United Kingdom
Tel. +44 1173525565, Fax. +44 1179037463, Email: john.thompson@bristol.gov.uk
Contact: Strategic Commissioning and Procurement Services
Main Address: http://www.bristol.gov.uk, Address of the buyer profile: https://www.proactisplaza.com/supplierportal
NUTS Code: UKK
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: Yes
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
Environment
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Flood Risk Consultancy Framework
Reference number: File reference number Reqd 101183.
II.1.2) Main CPV code:
71313000 - Environmental engineering consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Bristol City Council is seeking to establish a new framework for Flood Risk Consultancy. The framework will consist of 7 ‘lots' for different types of services. Lot 1 Hydrology, Hydraulic Modelling and Mapping; Lot 2 Environmental Assessment; Lot 3 Engineering Concepts and Design; Lot 4 Removed - Structural Engineering; Lot 5 Technical Advice; Lot6 Project Management and Lot 7 Multi-disciplinary Services.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,640,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Hydrology, Hydraulic Modelling and Mapping
Lot No:1
II.2.2) Additional CPV code(s):
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71541000 - Construction project management services.
71356200 - Technical assistance services.
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: Lot 1 - Hydrology, Hydraulic Modelling and Mapping. The services includes; hydrological modelling and analysis; mapping of river, sea and surface water flooding and management of geographical data.
II.2.5) Award criteria:
Quality criterion - Name: Quality Weighting 60% / Weighting: 60%
Cost criterion - Name: Price Weighting 40% / 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:Environmental Assessment
Lot No:2
II.2.2) Additional CPV code(s):
71313000 - Environmental engineering consultancy services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71356200 - Technical assistance services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: Lot 2 - Environmental Assessment. The services includes; environmental impact assessment; heritage and archaeological management; ecological survey and habitat creation and ground investigations.
II.2.5) Award criteria:
Quality criterion - Name: Quality Weighting 60% / Weighting: 60
Cost criterion - Name: Price Weighting 40% / 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. 3)
II.2.1) Title:Engineering Concepts and Design
Lot No:3
II.2.2) Additional CPV code(s):
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71541000 - Construction project management services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: Lot 3 - Engineering Concepts and Design. The services includes; design of mitigation solutions such as SuDS from concept to detail; innovative reporting and public engagement; design, supervision and contract management.
II.2.5) Award criteria:
Quality criterion - Name: Quality Weighting 60% / Weighting: 60
Cost criterion - Name: Price Weighting 40% / 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. 4)
II.2.1) Title:Structural Engineering
Lot No:4
II.2.2) Additional CPV code(s):
71313000 - Environmental engineering consultancy services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: The services include; assessment of existing flood risk and drainage infrastructure; analysis of surveys; design of new infrastructure
II.2.5) Award criteria:
Quality criterion - Name: Quality 60% / Weighting: 60
Cost criterion - Name: Price 40% / 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. 5)
II.2.1) Title:Technical Advice
Lot No:5
II.2.2) Additional CPV code(s):
71313000 - Environmental engineering consultancy services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71356200 - Technical assistance services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: Lot 5 - Technical Advice. The services include; engineering and strategy advice; technical reviews and link with wider city objectives and regeneration.
II.2.5) Award criteria:
Quality criterion - Name: Quality Weighting 60% / Weighting: 60
Cost criterion - Name: Price Weighting 40% / 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. 6)
II.2.1) Title:Project Management
Lot No:6
II.2.2) Additional CPV code(s):
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71541000 - Construction project management services.
71356200 - Technical assistance services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: Lot 6 - Project Management. The services include; appointment to resource implementations; provides continuity from studies to point of delivery and strategy, project appraisal and business cases.
II.2.5) Award criteria:
Quality criterion - Name: Quality Weighting 60% / Weighting: 60
Cost criterion - Name: Price Weighting 40% / 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. 7)
II.2.1) Title:Multi-disciplinary Services
Lot No:7
II.2.2) Additional CPV code(s):
71313000 - Environmental engineering consultancy services.
72242000 - Design-modelling services.
71320000 - Engineering design services.
71300000 - Engineering services.
71322000 - Engineering design services for the construction of civil engineering works.
71541000 - Construction project management services.
71356200 - Technical assistance services.
71312000 - Structural engineering consultancy services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: Lot 7 - Multi-disciplinary Services. The services include; Avon Cut Wall Feasibility Study cases and other larger projects.
II.2.5) Award criteria:
Quality criterion - Name: Quality Weighting 60% / Weighting: 60
Cost criterion - Name: Price Weighting 40% / 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: 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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2014/S 199-351754
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: Reqd 101183
Lot Number: 1
Title: Hydrology, Hydraulic Modelling and Mapping
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/12/2015
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Jeremy Benn Associates Limited (t/a JBA Consulting
South Barn, Broughton Hall, Skipton, North Yorkshire, BD23 3AE, United Kingdom
NUTS Code: UKK
The contractor is an SME: Yes
Contractor (No.2)
Edenvale Young Associates Ltd
QC Suite 2.04, 30 Queen Charlotte Street, Bristol, BS1 4HJ, United Kingdom
NUTS Code: UKK
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: 150,000
Total value of the contract/lot: 150,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Environmental Assessment
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/12/2015
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 7
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Jeremy Benn Associates Limited (t/a JBA Consulting)
South Barn, Broughton Hall, Skipton, North Yorkshire, BD23 3AE, United Kingdom
NUTS Code: UKK
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: 30,000
Total value of the contract/lot: 30,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 3
Lot Number: 3
Title: Engineering concepts and design
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/12/2015
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Aecom Infrastructure & Environment Uk Limited
Scott House, Alencon link, Basingstoke, Hampshire, RG21 7PP, United Kingdom
NUTS Code: UKK
The contractor is an SME: No
Contractor (No.2)
Jeremy Benn Associates Limited (t/a JBA Consulting)
South Barn, Broughton Hall, Skipton, North Yorkshire, BD23 3AE, United Kingdom
NUTS Code: UKK
The contractor is an SME: Yes
Contractor (No.3)
Robert Bray Associates Ltd
Aldreth, Pearcroft Road, Stonehouse, Gloucestershire, GL10 2JY, United Kingdom
NUTS Code: UKK
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: 200,000
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: 4
Lot Number: 4
Title: Structural Engineering
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.5)
Contract No: 5
Lot Number: 5
Title: Technical Advice
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/12/2015
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 5
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Pell Frischmann Consultants Limited
5 Manchester Square, London, W1U 3PD, United Kingdom
NUTS Code: UKK
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: 30,000
Total value of the contract/lot: 30,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: 6
Lot Number: 6
Title: Project Management
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/12/2015
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Ove Arup & Partners Ltd
13 Fitzroy Street, London, W1T 4BQ, United Kingdom
NUTS Code: UKK
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: 200,000
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: 7
Lot Number: 7
Title: Multi-disciplinary Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/12/2015
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Jeremy Benn Associates Limited (t/a JBA Consulting)
South Barn, Broughton Hall, Skipton, North Yorkshire, BD23 3AE, United Kingdom
NUTS Code: UKK
The contractor is an SME: Yes
Contractor (No.2)
Ove Arup & Partners Ltd
13 Fitzroy Street, London, W1T 4BQ, United Kingdom
NUTS Code: UKK
The contractor is an SME: No
Contractor (No.3)
Aecom Infrastructure & Environment UK Limited
Scott House, Alencon Link, Basingstoke, Hampshire, RG21 7PP, United Kingdom
NUTS Code: UKK
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: 7,000,000
Total value of the contract/lot: 700,000
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, and the contract will be awarded on the basis of the most economically advantageous tender.
This procurement is carried out under the Public Contracts Regulations 2006 (as amended).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=199191448
VI.4) Procedures for review
VI.4.1) Review body
Bristol District Registry of the High Court of Justice
Greyfriars, Lewins Mead, Bristol, BS1 2NR, United Kingdom
Tel. +44 1179106700
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: In accordance with English law and the Public Contracts Regulations 2006 (as amended).
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 25/04/2016