Bristol City Council : Professional Services Framework

  Bristol City Council has published this notice through Delta eSourcing

Notice Summary
Title: Professional Services Framework
Notice type: Contract Notice
Authority: Bristol City Council
Nature of contract: Services
Procedure: Restricted
Short Description: Bristol City Council on behalf of the West of England Partnership is seeking a single multi-disciplinary organisation that can provide a full and wide range of transport consultancy services for four years consisting of large number of small project that will need to be completed in a short period of time.
Published: 23/02/2015 12:53

View Full Notice

UK-Bristol: Highways engineering 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 1179224630, Email: jane.iles@bristol.gov.uk, URL: www.bristol.gov.uk, URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
      Contact: Partnerships, Procurement and Commissioning, Attn: John Thompson
      Electronic Access URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
      Electronic Submission URL: https://supplierlive.proactisp2p.com/Account/Registration/Register

      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: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Professional Services 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 a single operator
         Duration of the framework agreement:
                        Duration in months: 48
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 4,000,000 and 7,500,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Highways engineering services. Engineering services. Consultative engineering and construction services. Civil engineering consultancy services. Civil engineering support services. Structural engineering consultancy services. Environmental engineering consultancy services. Advisory and consultative engineering services. Engineering design services. Engineering design services for the construction of civil engineering works. Quantity surveying services for civil engineering works. Engineering design services for traffic installations. Miscellaneous engineering services. Engineering studies. Engineering support services. Technical inspection services of engineering structures. Bristol City Council on behalf of the West of England Partnership is seeking a single multi-disciplinary organisation that can provide a full and wide range of transport consultancy services for four years consisting of large number of small project that will need to be completed in a short period of time.
         
      II.1.6)Common Procurement Vocabulary:
         71311220 - Highways engineering services.
         
         71300000 - Engineering services.
         
         71310000 - Consultative engineering and construction services.
         
         71311000 - Civil engineering consultancy services.
         
         71311100 - Civil engineering support services.
         
         71312000 - Structural engineering consultancy services.
         
         71313000 - Environmental engineering consultancy services.
         
         71318000 - Advisory and consultative engineering services.
         
         71320000 - Engineering design services.
         
         71322000 - Engineering design services for the construction of civil engineering works.
         
         71322100 - Quantity surveying services for civil engineering works.
         
         71322500 - Engineering design services for traffic installations.
         
         71330000 - Miscellaneous engineering services.
         
         71335000 - Engineering studies.
         
         71336000 - Engineering support services.
         
         71631400 - Technical inspection services of engineering structures.
         

      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: No
      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:
      Bristol City Council on behalf of the West of England Partnership is seeking a single multi-disciplinary organisation that can provide a full and wide range of transport consultancy services for four years consisting of large number of small project that will need to be completed in a short period of time. The services required; transport studies, transport data collection, travel planning and Smarter Choices, project management and scheme implementation, transport development, public consultation, public inquiries, transport policy, passenger transport, traffic management services, road safety audits, traffic signal engineering services, highway improvement work, development services, street lighting design, structural engineering support services, asset management, highway maintenance, drainage design, legislative and technical advice and other transport related services. The average spend over the four local authorities last year was 1 500 000 GBP which comprised of a significant number of commission which a fee value between 20 000 to 50 000 GBP. Very few single projects had a fee value greater than 100 000 GBP. However, there is no guarantee that future volume and size of projects will be the same as previous years' work. The council spends significant amounts of money with its providers and suppliers. The Bristol City Council is one of many local authorities across the country who has already signed up to paying the living wage rate to their employees. The Bristol City Council will be exploring how the living wage and other elements of the Social Value Act can be developed with the view that some of these requirements will be included in the Invitation to Tender, second stage of this procurement process including apprenticeships etc.                  
         Estimated value excluding VAT:
         Range between: 4,000,000 and 7,500,000
         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
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Information will be provided in the Tender, Online Questionnaire and supporting 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. Other local authorities will use their standard form of condition for payment.
      
      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 contractors to take a particular form or to require a singlecontractor to take a primary liability or to require that each contractor 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 and framework contract.      
   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 the PQQ Invitation and Selection Shortlisting document. 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 ensurethat 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-cleaninghas been carried out following:(a) an adverse finding by a court or tribunal or other public body exercising similar functions regarding the use ofa 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 on-line Pre-Qualification Questionnaire and supporting documents for more details (includinga 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 set out in the PQQ Invitation and Selection Shortlisting document.         
         Minimum Level(s) of standards possibly required:
         In accordance with the In accordance with the Public Contracts Regulations 2006 (as amended) and set out in the PQQ Invitation and Selection Shortlisting document.
      
      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 set out in the PQQ Invitation and Selection Shortlisting document.         
         Minimum Level(s) of standards possibly required:
         In accordance with the Public Contracts Regulations 2006 (as amended) and set out in the PQQ Invitation and Selection Shortlisting document.      
      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 minimum number: 5 and maximum number: 8         
         Objective Criteria for choosing the limited number of candidates:
         Business capacity & capability and work stream specific capability. Full set of objective criteria are set out in the Selection Criteria which forms a part of the Information Pack.   
   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: REQD1001284      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2014/S 207 - 366948 of 28/10/2014
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 24/02/2015
      Time-limit for receipt of requests for documents or for accessing documents: 00:01
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 10/04/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 15/05/2015      
      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. This procurement will be 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=130678795
GO-2015223-PRO-6388338 TKR-2015223-PRO-6388337
   
   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 Contracts Regulations 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: 23/02/2015

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      South Gloucestershire Council
      CouncilDepartment for Environment & Community Services, PO Box 199, Street Care, Civic Centre, Kingswood, BS15 0DR, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      North Somerset Council
      Town Hall, Walliscote Grove Road, Weston Super Mare, BS23 1UJ, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         3: Contracting Authority
      Bath & North East Somerset Council
      The Guild Hall, High Street, Bath, BA1 5AW, United Kingdom

View any Notice Addenda

View Award Notice

UK-Bristol: Highways engineering services.

Section I: Contracting Authority
   Title: UK-Bristol: Highways engineering services.
   I.1)Name, Addresses and Contact Point(s):
      Bristol City Council
      City Hall, College Green, Bristol, BS1 5TR, United Kingdom
      Tel. +44 1179224630, Email: jane.iles@bristol.gov.uk, URL: www.bristol.gov.uk, URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
      Contact: Partnerships, Procurement and Commissioning, Attn: John Thompson
      Electronic Access URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
      Electronic Submission URL: https://supplierlive.proactisp2p.com/Account/Registration/Register

   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: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Professional Services Framework      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 12
         
         Region Codes: UKK - SOUTH WEST (ENGLAND)         
      II.1.3)Information about a framework or a dynamic purchasing system:
         The notice involves the establishment of a framework agreement                   
      II.1.4)Short description of the contract or purchase(s):
         Highways engineering services. Engineering services. Consultative engineering and construction services. Civil engineering consultancy services. Civil engineering support services. Structural engineering consultancy services. Environmental engineering consultancy services. Advisory and consultative engineering services. Engineering design services. Engineering design services for the construction of civil engineering works. Quantity surveying services for civil engineering works. Engineering design services for traffic installations. Miscellaneous engineering services. Engineering studies. Engineering support services. Technical inspection services of engineering structures. Bristol City Council on behalf of the West of England Partnership is seeking a single multi-disciplinary organisation that can provide a full and wide range of transport consultancy services for four years consisting of large number of small project that will need to be completed in a short period of time.
      II.1.5)Common procurement vocabulary:
         71311220 - Highways engineering services.
         71300000 - Engineering services.
         71310000 - Consultative engineering and construction services.
         71311000 - Civil engineering consultancy services.
         71311100 - Civil engineering support services.
         71312000 - Structural engineering consultancy services.
         71313000 - Environmental engineering consultancy services.
         71318000 - Advisory and consultative engineering services.
         71320000 - Engineering design services.
         71322000 - Engineering design services for the construction of civil engineering works.
         71322100 - Quantity surveying services for civil engineering works.
         71322500 - Engineering design services for traffic installations.
         71330000 - Miscellaneous engineering services.
         71335000 - Engineering studies.
         71336000 - Engineering support services.
         71631400 - Technical inspection services of engineering structures.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 70
         Price - 30
         
      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: REQD1001284         
      IV.3.2)Previous publication(s) concerning the same contract: Yes

         Prior information notice
         Notice number in OJ: 2014/S 207 - 366948 of 28/10/2014         
         
          Contract notice    
         Notice number in OJ: 2015/S 42 - 72236 of 28/02/2015
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 01/01/2016      
      V.2) Information About Offers
         Number Of Offers Received: 6          
         Number Of Offers Received By Electronic Means: 6       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: CH2M
         Postal address: 1 The Square, Temple Quay
         Town: Bristol
         Postal code: BS1 6DG
         Country: United Kingdom
         Email: Gareth.James@ch2m.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 7,500,000
            Currency: GBP

         Total final value of the contract
            Value: 7,500,000
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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 will be 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=195911726
GO-2016321-PRO-7952571 TKR-2016321-PRO-7952570   
   VI.3.1)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.3.2)Lodging of appeals: In accordance with English law and the Public Contracts Regulations 2006 (as amended).    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 21/03/2016   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      South Gloucestershire Council
      Council Department for Environment and Community Services, PO Box 199, Street Care, Civic CentreBS15, Kingswood, CentreBS15, United Kingdom
   
   2: Contracting Authority
      North Somerset Council
      Town Hall, Walliscote Grove Road, Weston-super-Mare, BS23 1UJ, United Kingdom
   
   3: Contracting Authority
      Bath and North East Somerset Council
      The Guild Hall, High Street, Bath, BA1 5AW, United Kingdom