Bromsgrove District Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | The Councils are seeking a Service Delivery Partner for the provision of both their joint Regulatory Services, which covers Trading Standards, Environmental Health and Licensing and Joint Building Control Service. |
Notice type: | Contract Notice |
Authority: | Bromsgrove District Council |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | The WRS Partnership (hosted by Bromsgrove District Council) comprises of Bromsgrove District, Malvern Hills District, Redditch Borough, Worcester City, Worcestershire County, Wychavon District and Wyre Forest District Councils and the SWBC Partnership (hosted by Malvern Hills District Council comprises of Malvern Hills District, Worcester City and Wychavon District. The two are separate partnerships at this stage but have come together as one package for this procurement process. The Councils are seeking a Service Delivery Partner for the provision of both their joint Regulatory Services, which covers Trading Standards, Environmental Health and Licensing and Joint Building Control Service. It is envisaged that any contract let pursuant to this procurement will be for at least 10 years with a possible option to extend for up to a further 5 years. The use of the competitive dialogue route is proposed to enable discussions to take place to Identify and shape suitable options and solutions. The Council is open to considering innovative solutions and will use the competitive dialogue process to explore what form and structure the relationship with the partner organisation will take. |
Published: | 02/05/2014 16:35 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Bromsgrove District Council
The Council House, Burcot Lane, Bromsgrove, B60 1AA, United Kingdom
Email: procurement@bromsgroveandredditch.gov.uk, URL: www.bromsgrove.gov.uk
Electronic Access URL: https://iewm.bravosolution.co.uk
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: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: The Councils are seeking a Service Delivery Partner for the provision of both their joint Regulatory Services, which covers Trading Standards, Environmental Health and Licensing and Joint Building Control Service.
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UK - UNITED KINGDOM
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: Not Provided
II.1.5)Short description of the contract or purchase:
Environmental services. Environmental management. Environmental impact assessment other than for construction. Risk or hazard assessment other than for construction. Environmental standards other than for construction. Environmental indicators analysis other than for construction. Environmental Impact Assessment EIA services other than for construction. Environmental monitoring other than for construction. Environmental institution building or planning. Environmental issues consultancy services. Services related to noise pollution. Noise control services. Noise pollution protection services. Noise pollution monitoring services. Noise pollution advisory services. Disinfecting and exterminating services in urban or rural areas. IT services: consulting, software development, Internet and support. Computer-related services. General public services. Business and management consultancy and related services. Office-support services. Telephone-answering services. Disinfecting and exterminating services. Dog kennel services. Structures and parts of structures. Structures and parts. Miscellaneous structures. Parts of structures. Housing services. Feasibility study, advisory service, analysis. Project and design preparation, estimation of costs. Draft plans (systems and integration). Calculation of costs, monitoring of costs. Determining and listing of quantities in construction. Supervision of building work. Supervision of project and documentation. Architectural, engineering and surveying services. Architectural and building-surveying services. Infrastructure works consultancy services. Noise-control consultancy services. Environmental impact assessment for construction. Risk or hazard assessment for construction. Environmental indicators analysis for construction. Environmental Impact Assessment (EIA) services for construction. Environmental monitoring for construction. Building services. Building-fabric consultancy services. Building consultancy services. Building services consultancy services. Building surveying services. Building-inspection services. Health and safety services. Health and safety consultancy services. Construction management services. Administration services. Administrative housing services. The WRS Partnership (hosted by Bromsgrove District Council) comprises of Bromsgrove District, Malvern Hills District, Redditch Borough, Worcester City, Worcestershire County, Wychavon District and Wyre Forest District Councils and the SWBC Partnership (hosted by Malvern Hills District Council comprises of Malvern Hills District, Worcester City and Wychavon District. The two are separate partnerships at this stage but have come together as one package for this procurement process.
The Councils are seeking a Service Delivery Partner for the provision of both their joint Regulatory Services, which covers Trading Standards, Environmental Health and Licensing and Joint Building Control Service. It is envisaged that any contract let pursuant to this procurement will be for at least 10 years with a possible option to extend for up to a further 5 years.
The use of the competitive dialogue route is proposed to enable discussions to take place to Identify and shape suitable options and solutions. The Council is open to considering innovative solutions and will use the competitive dialogue process to explore what form and structure the relationship with the partner organisation will take.
II.1.6)Common Procurement Vocabulary:
90700000 - Environmental services.
90710000 - Environmental management.
90711000 - Environmental impact assessment other than for construction.
90711100 - Risk or hazard assessment other than for construction.
90711200 - Environmental standards other than for construction.
90711300 - Environmental indicators analysis other than for construction.
90711400 - Environmental Impact Assessment EIA services other than for construction.
90711500 - Environmental monitoring other than for construction.
90712500 - Environmental institution building or planning.
90713000 - Environmental issues consultancy services.
90742000 - Services related to noise pollution.
90742100 - Noise control services.
90742200 - Noise pollution protection services.
90742300 - Noise pollution monitoring services.
90742400 - Noise pollution advisory services.
90670000 - Disinfecting and exterminating services in urban or rural areas.
72000000 - IT services: consulting, software development, Internet and support.
72500000 - Computer-related services.
75110000 - General public services.
79400000 - Business and management consultancy and related services.
79500000 - Office-support services.
79510000 - Telephone-answering services.
90921000 - Disinfecting and exterminating services.
98380000 - Dog kennel services.
44210000 - Structures and parts of structures.
44212300 - Structures and parts.
44212320 - Miscellaneous structures.
44212380 - Parts of structures.
70333000 - Housing services.
71241000 - Feasibility study, advisory service, analysis.
71242000 - Project and design preparation, estimation of costs.
71243000 - Draft plans (systems and integration).
71244000 - Calculation of costs, monitoring of costs.
71246000 - Determining and listing of quantities in construction.
71247000 - Supervision of building work.
71248000 - Supervision of project and documentation.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71311300 - Infrastructure works consultancy services.
71313100 - Noise-control consultancy services.
71313400 - Environmental impact assessment for construction.
71313410 - Risk or hazard assessment for construction.
71313430 - Environmental indicators analysis for construction.
71313440 - Environmental Impact Assessment (EIA) services for construction.
71313450 - Environmental monitoring for construction.
71315000 - Building services.
71315100 - Building-fabric consultancy services.
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
71315300 - Building surveying services.
71315400 - Building-inspection services.
71317200 - Health and safety services.
71317210 - Health and safety consultancy services.
71540000 - Construction management services.
75100000 - Administration services.
75123000 - Administrative housing services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
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: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT; £40,000,000 to £250,000,000 over 10 years for both Building Control and Regulatory Services for the existing partnerships.
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 1
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Lot No: 1
Title: Regulatory Services
1)Short Description: Not Provided
2)Common Procurement Vocabulary:
90700000 - Environmental services.
90670000 - Disinfecting and exterminating services in urban or rural areas.
72000000 - IT services: consulting, software development, Internet and support.
72310000 - Data-processing services.
75110000 - General public services.
79400000 - Business and management consultancy and related services.
79500000 - Office-support services.
79510000 - Telephone-answering services.
90921000 - Disinfecting and exterminating services.
98380000 - Dog kennel services.
44210000 - Structures and parts of structures.
44212300 - Structures and parts.
44212320 - Miscellaneous structures.
44212380 - Parts of structures.
70333000 - Housing services.
71241000 - Feasibility study, advisory service, analysis.
71242000 - Project and design preparation, estimation of costs.
71243000 - Draft plans (systems and integration).
71244000 - Calculation of costs, monitoring of costs.
71246000 - Determining and listing of quantities in construction.
71247000 - Supervision of building work.
71248000 - Supervision of project and documentation.
71250000 - Architectural, engineering and surveying services.
71251000 - Architectural and building-surveying services.
71311300 - Infrastructure works consultancy services.
71313100 - Noise-control consultancy services.
71313400 - Environmental impact assessment for construction.
71313410 - Risk or hazard assessment for construction.
71313430 - Environmental indicators analysis for construction.
71313440 - Environmental Impact Assessment (EIA) services for construction.
71313450 - Environmental monitoring for construction.
71315000 - Building services.
71315100 - Building-fabric consultancy services.
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
71315300 - Building surveying services.
71315400 - Building-inspection services.
71317200 - Health and safety services.
71317210 - Health and safety consultancy services.
71540000 - Construction management services.
75100000 - Administration services.
75123000 - Administrative housing services.
90710000 - Environmental management.
90711000 - Environmental impact assessment other than for construction.
90711100 - Risk or hazard assessment other than for construction.
90711200 - Environmental standards other than for construction.
90711300 - Environmental indicators analysis other than for construction.
90711400 - Environmental Impact Assessment EIA services other than for construction.
90711500 - Environmental monitoring other than for construction.
90712500 - Environmental institution building or planning.
90713000 - Environmental issues consultancy services.
90742000 - Services related to noise pollution.
90742100 - Noise control services.
90742200 - Noise pollution protection services.
90742300 - Noise pollution monitoring services.
90742400 - Noise pollution advisory services.
90922000 - Pest-control services.
90923000 - Rat-disinfestation services.
90924000 - Fumigation services.
98342000 - Work environment services.
98351000 - Car park management services.
98370000 - Funeral and related services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Building Control
1)Short Description: Not Provided
2)Common Procurement Vocabulary:
71000000 - Architectural, construction, engineering and inspection services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Council reserves the right to require deposits, guarantees, bonds or other forms of appropriate security
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All arrangements will be priced in GBP and payments will be made in GBP
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: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Not Provided
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
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: Not Provided
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: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Competitive Dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 6 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
As stated in PQQ docuement
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes
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: WRS/BDC/CD/14
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 10/06/2014
Time-limit for receipt of requests for documents or for accessing documents: 17:00
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 10/06/2014
Time: 17:00
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: Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 180 months
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.3)Additional Information: The contract will be awarded Early to Mid 2015 for a period of 15 years .
The Pre Qualification Questionnaire documents should be avaible accessing this link, https://iewm.bravosolution.co.uk
It is the authority’s view that the Acquired Rights Directive 2001/23/EC and/or the Transfer of Undertakings (Protection of employment) Regulations 2006, as amended, (T.U.P.E) is likely to apply
uk
This contract will also be open to all councils listed in the this link http://hub.westmidlandsiep.gov.uk/cncil.asp?PageRef=59
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=97661062
GO-201452-PRO-5644180 TKR-201452-PRO-5644179
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
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: 02/05/2014
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
Redditch Borough Council
Walter Stranz Square, Redditch, b988ah, 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
Worcester city council
Orchard house complex, Worcester, WR1 3BB, 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
Wychavon District Council
Civic Centre, Queen Elizabeth,, Pershore,, WR10 1PT, 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:
4: Contracting Authority
Malvern Hills District Council
Council House, Malvern, WR14 3AF, 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:
5: Contracting Authority
Wyre Forest District Council
Fine Point way, Kidderminster, DY11 7WF, 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:
6: Contracting Authority
Worcestershire County Council
County Hall, Worcester, WR5 2NP, United Kingdom