Swindon Borough Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Wichelstowe Ecological Services |
Notice type: | Contract Notice |
Authority: | Swindon Borough Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Swindon Borough Council invites expressions of interest from suitably qualified and experienced service providers for the provision of ecological services in relation to the Wichelstowe development. The supplier will be required to provide comprehensive ecological services in relation to both maintenance and monitoring of the Wichelstowe site and the support of design and construction. Services will include surveys, securing licences, site clearance and habitat creation. The supplier will also form part of the Design Team including civil engineers, landscape designers and architects developing the designs for both infrastructure and residential development on the site. All tender documents are available in the attachments section on the tender advert on the South West Portal available using the URL below: www.supplyingthesouthwest.org.uk DN261453 |
Published: | 27/04/2017 11:15 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Swindon Borough Council
Civic Offices, Euclid Street, Swindon, SN1 2JH, United Kingdom
Tel. +44 1793464357, Email: eleake@swindon.gov.uk
Contact: Emma Leake
Main Address: www.swindon.gov.uk
NUTS Code: UKK14
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.supplyingthesouthwest.org.uk
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Wichelstowe Ecological Services
Reference Number: PG00052
II.1.2) Main CPV Code:
90700000 - Environmental services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Swindon Borough Council invites expressions of interest from suitably qualified and experienced service providers for the provision of ecological services in relation to the Wichelstowe development.
The supplier will be required to provide comprehensive ecological services in relation to both maintenance and monitoring of the Wichelstowe site and the support of design and construction.
Services will include surveys, securing licences, site clearance and habitat creation. The supplier will also form part of the Design Team including civil engineers, landscape designers and architects developing the designs for both infrastructure and residential development on the site.
All tender documents are available in the attachments section on the tender advert on the South West Portal available using the URL below:
www.supplyingthesouthwest.org.uk DN261453
II.1.5) Estimated total value:
Value excluding VAT: 750,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90700000 - Environmental services.
90712000 - Environmental planning.
90712400 - Natural resources management or conservation strategy planning services.
90720000 - Environmental protection.
90721100 - Landscape protection services.
92534000 - Wildlife preservation services.
71000000 - Architectural, construction, engineering and inspection services.
71247000 - Supervision of building work.
71313000 - Environmental engineering consultancy services.
71313400 - Environmental impact assessment for construction.
71315000 - Building services.
71400000 - Urban planning and landscape architectural services.
71510000 - Site-investigation services.
II.2.3) Place of performance:
UKK14 Swindon
II.2.4) Description of procurement: Swindon Borough Council invites expressions of interest from suitably qualified and experienced service providers for the provision of ecological services in relation to the Wichelstowe development.
The supplier will be required to provide comprehensive ecological services in relation to both maintenance and monitoring of the Wichelstowe site and the support of design and construction.
Services will include surveys, securing licences, site clearance and habitat creation. The supplier will also form part of the Design Team including civil engineers, landscape designers and architects developing the designs for both infrastructure and residential development on the site.
The supplier will also be required to work with contractors during the delivery of works to ensure all relevant ecological requirements are complied with.
The contract will be initially for a period of 3 years commencing August 2017 with the option to extend for a further 3 years, in extensions of 2 years and 1 year (total potential contract term of 6 years), subject to satisfactory performance and budget availability. The total poptential estimated contract value (including extensions) is £750,000.
Full details relating to the Services are provided in the tender documents.
All tender documents are available in the attachments section on the tender advert on the South West Portal available using the link below:
www.supplyingthesouthwest.org.uk DN261453
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Proposal for supporting design (delivering sustainable and cost effective solutions) / Weighting: 20
Quality criterion - Name: Proposal for maintaining / monitoring the site (complying with all legislation / Natural England information requirements and delivering efficient value for money solutions) / Weighting: 15
Quality criterion - Name: Proposal for supporting construction (minimising delays and associated costs) / Weighting: 15
Cost criterion - Name: 25% (of total marks) for Stage 1 (Fixed fee) / Weighting: 25
Cost criterion - Name: 25% (of total marks) for Stage 2 (Rates) based on an estimated total volume of work over the 3 year period. / Weighting: 25
II.2.6) Estimated value:
Value excluding VAT: 750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Demonstrated experience of delivering protection and mitigation measures on a site similar to that described in this procurement activity. 30
Based on the below selection criteria:
Demonstrated experience of delivering protection and mitigation measures on a site similar to that described in this procurement activity - 30%
Demonstrated experience of providing ecological services to support construction / infrastructure delivery - 30%
Demonstrated experience of providing ecological services to support design. To include infrastructure and landscaping design - 30%
Demonstrated experience of delivering value for money ecological solutions - 10%
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Council has the option to extend by a further three years in extensions of two years and then one year (3 + 2 + 1 years); total potential contract of six years. Extensions will be subject to contract performance and budget availability.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
All criteria that are stated within the tender documents to become the preferred bidder
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 29/05/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: 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=254284108
VI.4) Procedures for review
VI.4.1) Review body:
Swindon Borough Council
Euclid Street, Swindon, SN2 2JH, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Swindon Borough Council
Swindon, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Swindon Borough Council
Euclid Street, Swindon, SN2 2JH, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 27/04/2017
Annex A