Watford Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Traffic Engineering and Parking Consultancy |
Notice type: | Contract Notice |
Authority: | Watford Borough Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Framework Agreement for the Provision of Consultancy to Support Traffic Engineering and Parking related projects for Councils in Hertfordshire. |
Published: | 31/05/2019 13:20 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
Contact: Corporate Procurement Manager
Main Address: http://www.watford.gov.uk, Address of the buyer profile: http://www.watford.gov.uk
NUTS Code: UKH23
I.2) Joint procurement
The contract involves joint procurement: Yes.
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: https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Consultative-engineering-and-construction-services./R9485PSHJV
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/R9485PSHJV 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: Traffic Engineering and Parking Consultancy
Reference Number: Not provided
II.1.2) Main CPV Code:
71310000 - Consultative engineering and construction services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Framework Agreement for the Provision of Consultancy to Support Traffic Engineering and Parking related projects for Councils in Hertfordshire.
II.1.5) Estimated total value:
Value excluding VAT: 10,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71320000 - Engineering design services.
71322000 - Engineering design services for the construction of civil engineering works.
71322500 - Engineering design services for traffic installations.
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: Consultancy Services to Support Traffic Engineering and Parking related projects for Councils in Hertfordshire
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: A Framework Agreement for use by Councils in Hertfordshire and use by the Joint Venture partnership with Watford BC, Watford Health Campus Partnership LLP, and similar JVs associated with the Councils in Hertfordshire.
Broxbourne BC
Dacorum BC
East Herts DC
Hertfordshire CC
Hertsmere BC
North Herts DC
St Albans BC
Stevenage BC
Three Rivers DC
Watford BC
Welwyn Hatfield DC
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:
As stated in the procurement documents.
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
As stated in the procurement documents
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: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
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: 02/07/2019 Time: 12:00
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
IV.2.7) Conditions for opening of tenders:
Date: 02/07/2019
Time: 12:00
Place:
Town Hall, Watford
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
Bids for this opportunity must be submitted, including a completed on-line questionnaire, via the procurement portal. The portal includes further information about the project. Suppliers should read through this set of instructions and follow the process to respond to this opportunity. The information and documents for this opportunity are available on www.delta-esourcing.com
You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: R9485PSHJV
Please allow sufficient time when responding prior to the closing date and time shown on the portal as you have been asked to complete an on-line questionnaire and to upload documents. Late submissions cannot be uploaded and will not be accepted.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com
Watford Borough Council wishes to establish a Framework Agreement for use by the following Councils in Hertfordshire, and any future successors to these bodies, and for use by the Joint Venture partnership with Watford Borough Council, Watford Health Campus Partnership LLP, and other similar JVs associated with the Councils in Hertfordshire.
Broxbourne BC
Dacorum BC
East Herts DC
Hertfordshire CC
Hertsmere BC
North Herts DC
St Albans BC
Stevenage BC
Three Rivers DC
Watford BC
Welwyn Hatfield DC
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Consultative-engineering-and-construction-services./R9485PSHJV
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R9485PSHJV
VI.4) Procedures for review
VI.4.1) Review body:
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
Internet address: http://www.watford.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 31/05/2019
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
Councils in Hertfordshire as listed in the ITT
Town Hal, Watford, Watford, WD17 3EX, United Kingdom
Email: howard.hughes@watford.gov.uk
Main Address: http://www.watford.gov.uk
NUTS Code: UKH23
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
Contact: Corporate Procurement Manager
Main Address: http://www.watford.gov.uk, Address of the buyer profile: http://www.watford.gov.uk
NUTS Code: UKH23
I.2) Joint procurement:
The contract involves joint procurement: Yes
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.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Traffic Engineering and Parking Consultancy
Reference number: Not Provided
II.1.2) Main CPV code:
71310000 - Consultative engineering and construction services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Framework Agreement for the Provision of Consultancy to Support Traffic Engineering and Parking related projects for Councils in Hertfordshire.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 10,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71320000 - Engineering design services.
71322000 - Engineering design services for the construction of civil engineering works.
71322500 - Engineering design services for traffic installations.
II.2.3) Place of performance
Nuts code:
UKH23 - Hertfordshire
Main site or place of performance:
Hertfordshire
II.2.4) Description of the procurement: Consultancy Services to Support Traffic Engineering and Parking related projects for Councils in Hertfordshire
II.2.5) Award criteria:
Quality criterion - Name: Interpretation of the brief / Weighting: 25
Quality criterion - Name: Experience / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 5
Cost criterion - Name: Pricing / Cost / Weighting: 50
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: A Framework Agreement for use by Councils in Hertfordshire and use by the Joint Venture partnership with Watford BC, Watford Health Campus Partnership LLP, and similar JVs associated with the Councils in Hertfordshire.
Broxbourne BC
Dacorum BC
East Herts DC
Hertfordshire CC
Hertsmere BC
North Herts DC
St Albans BC
Stevenage BC
Three Rivers DC
Watford BC
Welwyn Hatfield DC
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 106-259095
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: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/09/2019
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: 0
Number of tenders received from tenderers from non-EU Member States: 0
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)
2020 Consultancy
80 Grove Road, Chichester, PO19 8AP, United Kingdom
Tel. +44 7468562023, Email: adambunce@2020consultancy.co.uk
Internet address: www.2020consultancy.co.uk
NUTS Code: UKJ27
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/09/2019
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: 0
Number of tenders received from tenderers from non-EU Member States: 0
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)
Mott MacDonald
Mott MacDonald House, 8-10 Sydenham Road, Croydon, CR0 2EE, United Kingdom
Tel. +44 2087742869, Email: matthew.ring@mottmac.com
Internet address: www.mottmac.com
NUTS Code: UKI62
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/09/2019
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: 0
Number of tenders received from tenderers from non-EU Member States: 0
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)
Ove Arup & Partners Ltd
13 Fitzroy Street, London, W1T 4BQ, United Kingdom
Tel. +44 1212133654, Email: Johnny.Ojeil@arup.com
Internet address: www.arup.com
NUTS Code: UKI
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/09/2019
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: 0
Number of tenders received from tenderers from non-EU Member States: 0
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)
Project Centre Limited
Unit 2 Holford Yard, London, WC1X 9HD, United Kingdom
Tel. +44 3300080855, Email: tenders@projectcentre.co.uk
Internet address: www.projectcentre.co.uk
NUTS Code: UKI
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/09/2019
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: 0
Number of tenders received from tenderers from non-EU Member States: 0
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)
SYSTRA Ltd
3rd Floor, 5 Old Bailey, London, EC4M 7BA, United Kingdom
Tel. +44 2038821615, Email: dalderson@systra.com
Internet address: www.systra.co.uk
NUTS Code: UKI
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: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: Watford BC is to establish a Framework Agreement (FA) for use by the following Councils in Hertfordshire, and any future successors to them, and for use by the Joint Venture partnership with Watford BC, Watford Health Campus Partnership LLP, and other similar JVs associated with the Councils in Hertfordshire.
Broxbourne BC
Dacorum BC
East Herts DC
Hertfordshire CC
Hertsmere BC
North Herts DC
St Albans BC
Stevenage BC
Three Rivers DC
Watford BC
Welwyn Hatfield DC
Orders placed under this FA form a separate contract between the supplier and the specific contracting body. The duration of the FA is for the placing of orders. The potential value of the FA is an estimate. Framework open to the contracting authorities shown above.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=433170785
VI.4) Procedures for review
VI.4.1) Review body
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
Internet address: http://www.watford.gov.uk
VI.4.2) Body responsible for mediation procedures
Watford Borough Council
Watford, United Kingdom
Tel. +44 1923278370
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Watford Borough Council
Watford, United Kingdom
Tel. +44 1923278370
VI.5) Date of dispatch of this notice: 27/09/2019
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Councils in Hertfordshire as listed in the ITT
Town Hal, Watford, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
Contact: Corporate Procurement Manager
Main Address: http://www.watford.gov.uk, Address of the buyer profile: http://www.watford.gov.uk
NUTS Code: UKH23