London Borough of Tower Hamlets has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | DR4426 - ENVIRONMENTAL IMPACT ASSESSMENT (EIA) REVIEW CONTRACT |
Notice type: | Contract Notice |
Authority: | London Borough of Tower Hamlets |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Council intends letting a Contract for the provision of Environmental Impact Assessment (EIA) Review. This includes the independent review of Environmental Statements (ESs) submitted with planning applications, independent review of draft ESs submitted during pre-application discussions, provision of advice on the scope of ESs and other related environmental information submitted with a planning application. |
Published: | 14/03/2013 14:50 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
London Borough of Tower Hamlets
Mulberry Place, 5 Clove Crescent, London, E14 2BG, United Kingdom
Tel. +44 2073644795, Email: procurement@towerhamlets.gov.uk, URL: http://www.towerhamlets.gov.uk/, URL: www.towerhamlets.gov.uk/data/business/data/council-business/index.cfm
Contact: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Electronic Access URL: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Electronic Submission URL: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
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
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: DR4426 - ENVIRONMENTAL IMPACT ASSESSMENT (EIA) REVIEW CONTRACT
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKI12 - Inner London - East
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Environmental planning. Urban planning and landscape architectural services. Urban environmental development planning. Environmental impact assessment for construction. Environmental Impact Assessment (EIA) services for construction. Environmental services. Environmental issues consultancy services. Environmental quality control services. The Council intends letting a Contract for the provision of Environmental Impact Assessment (EIA) Review. This includes the independent review of Environmental Statements (ESs) submitted with planning applications, independent review of draft ESs submitted during pre-application discussions, provision of advice on the scope of ESs and other related environmental information submitted with a planning application.
II.1.6)Common Procurement Vocabulary:
90712000 - Environmental planning.
71400000 - Urban planning and landscape architectural services.
90712100 - Urban environmental development planning.
71313400 - Environmental impact assessment for construction.
71313440 - Environmental Impact Assessment (EIA) services for construction.
90700000 - Environmental services.
90713000 - Environmental issues consultancy services.
90714500 - Environmental quality control services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
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:
The quantity of this contract is unknown, as it is dependent on the number of EIA developments progressed during the life of the contract. This is affected by developers, site availability and market conditions, and therefore cannot be predicted at this time.
This EIA Review Contract is for the independent review of ESs submitted with planning applications. Reviews will be undertaken following a suitable methodology that has been approved by the Council. The results of the review will be collated into an ES Review Report, which will include items that require clarification or further information (under Regulation 22 of the EIA Regulations).
Deadlines will be set to ensure that planning application decision timescales are met. It is therefore anticipated that the reviews will need to be undertaken to short timescales (a 3 week turn-around is expected for the initial review – set out under the terms of the Contract and with short timescales for responding to any additional requests for advice resulting from that review).
This contract will also include for the independent review of draft ESs submitted during pre-application discussions, provision of advice on the scope of ESs and other related environmental information submitted with a planning application, as required.
Estimated value excluding VAT:
Range between: 250,000 and 400,000
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: 36 (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:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the ITT.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
As defined in the PQQ
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:
A questionnaire setting out the Council’s requirements is available from the address at I.1 and must be returned duly completed to that address by the specified deadline.
Minimum Level(s) of standards possibly required:
A questionnaire setting out the Council’s requirements is available from the address at I.1 and must be returned duly completed to that address by the specified deadline.
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
A questionnaire setting out the Council’s requirements is available from the address at I.1 and must be returned duly completed to that address by the specified deadline.
Minimum Level(s) of standards possibly required:
A questionnaire setting out the Council’s requirements is available from the address at I.1 and must be returned duly completed to that address by the specified deadline.
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: Yes
If yes, reference to relevant law, regulation or administrative provision:
Institute of Environmental Management and Assessment (IEMA) accredited organisation.
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: Yes
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: 6
Objective Criteria for choosing the limited number of candidates:
As set out in the PQQ
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: DR4426
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 15/04/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 07/05/2013
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.
IMPORTANT: Please note all expressions of interest must be received via the London Tenders Portal https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
where The Pre Qualification Questionnaire document is available to download and once completed it must be uploaded via the same portal by the specified deadline on 12:00 noon on 15th April 2013.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=54344064
GO-2013314-PRO-4657455 TKR-2013314-PRO-4657454
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
London Borough of Tower Hamlets
Mulberry Place, London, E14 2BG, United Kingdom
Tel. +44 2073644795
Body responsible for mediation procedures:
London Borough of Tower Hamlets
Mulberry Place, London, E14 2BG, United Kingdom
Tel. +44 2073644795
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
London Borough of Tower Hamlets
Mulberry Place, London, E14 2BG, United Kingdom
Tel. +44 2073644795
VI.5) Date Of Dispatch Of This Notice: 14/03/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-London: Environmental planning.
I.1)Name, Addresses and Contact Point(s):
London Borough of Tower Hamlets
Mulberry Place, 5 Clove Crescent, London, E14 2BG, United Kingdom
Tel. +44 2073644795, Email: procurement@towerhamlets.gov.uk, URL: http://www.towerhamlets.gov.uk/, URL: www.towerhamlets.gov.uk/data/business/data/council-business/index.cfm
Contact: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Electronic Access URL: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Electronic Submission URL: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Not Provided
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: DR4426 - ENVIRONMENTAL IMPACT ASSESSMENT (EIA) REVIEW CONTRACT
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
Region Codes: UKI12 - Inner London - East
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Environmental planning. Urban planning and landscape architectural services. Urban environmental development planning. Environmental impact assessment for construction. Environmental Impact Assessment (EIA) services for construction. Environmental services. Environmental issues consultancy services. Environmental quality control services. The Council intends letting a Contract for the provision of Environmental Impact Assessment (EIA) Review. This includes the independent review of Environmental Statements (ESs) submitted with planning applications, independent review of draft ESs submitted during pre-application discussions, provision of advice on the scope of ESs and other related environmental information submitted with a planning application.
II.1.5)Common procurement vocabulary:
90712000 - Environmental planning.
71400000 - Urban planning and landscape architectural services.
90712100 - Urban environmental development planning.
71313400 - Environmental impact assessment for construction.
71313440 - Environmental Impact Assessment (EIA) services for construction.
90700000 - Environmental services.
90713000 - Environmental issues consultancy services.
90714500 - Environmental quality control services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
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
Price - 60
Quality - 40
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: DR4426
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: DR4426
V.1)Date Of Contract Award: 30/07/2013
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Land Use Consultants
Postal address: 43 Chalton Street
Town: London
Postal code: NW1 1JD
Country: United Kingdom
Email: london@landuse.co.uk
Telephone: +44 2073835784
Fax: +44 2073834798
Internet address: www.landuse.co.uk
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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.
IMPORTANT: Please note all expressions of interest must be received via the London Tenders Portal https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
where The Pre Qualification Questionnaire document is available to download and once completed it must be uploaded via the same portal by the specified deadline on 12:00 noon on 15th April 2013.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=69155937
GO-2013731-PRO-4998613 TKR-2013731-PRO-4998612
VI.3.1)Body responsible for appeal procedures:
London Borough of Tower Hamlets
Mulberry Place, London, E14 2BG, United Kingdom
Tel. +44 2073644795
Body responsible for mediation procedures:
London Borough of Tower Hamlets
Mulberry Place, London, E14 2BG, United Kingdom
Tel. +44 2073644795
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
London Borough of Tower Hamlets
Mulberry Place, London, E14 2BG, United Kingdom
Tel. +44 2073644795
VI.4)Date Of Dispatch Of This Notice: 31/07/2013