Surrey Heath Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Camberley High Street Public Realm Improvements |
Notice type: | Contract Notice |
Authority: | Surrey Heath Borough Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Camberley High Street Public Realm Improvements Scheme is intended to make the High Street better for pedestrians and provide an important hub including increasing the quantity of usable open space. This will be achieved by prioritising pedestrians on the existing High Street corridor and improvements to the public realm. These improvements will include street furniture and use of appropriate materials, including green and soft landscaping. This project is heavily focused on the delivery of high quality urban design as a mechanism to transform the public realm, improve access and movement and reduce the dominance of cars on Camberley High Street. It is expected that the commission is urban design led, giving pedestrian priority, with transport/highway access to vehicles including Cars and Service Vehicles through a multi-disciplinary support approach to deliver detailed design up to the construction stage in accordance with the brief. |
Published: | 20/12/2017 15:12 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Surrey Heath Borough Council
Surrey Heath House, Knoll Road, Camberley, GU15 3HD, United Kingdom
Email: mehefin.bell@surreyheath.gov.uk
Contact: Mehefin Bell
Main Address: http://www.surreyheath.gov.uk/
NUTS Code: UKJ25
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: http://www.delta-esourcing.com/tenders/UK-UK-Camberley:-Urban-planning-and-landscape-architectural-services./3B3TW9B67F
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Camberley:-Urban-planning-and-landscape-architectural-services./3B3TW9B67F 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: Camberley High Street Public Realm Improvements
Reference Number: 293061215
II.1.2) Main CPV Code:
71400000 - Urban planning and landscape architectural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Camberley High Street Public Realm Improvements Scheme is intended to make the High Street better for pedestrians and provide an important hub including increasing the quantity of usable open space. This will be achieved by prioritising pedestrians on the existing High Street corridor and improvements to the public realm. These improvements will include street furniture and use of appropriate materials, including green and soft landscaping.
This project is heavily focused on the delivery of high quality urban design as a mechanism to transform the public realm, improve access and movement and reduce the dominance of cars on Camberley High Street. It is expected that the commission is urban design led, giving pedestrian priority, with transport/highway access to vehicles including Cars and Service Vehicles through a multi-disciplinary support approach to deliver detailed design up to the construction stage in accordance with the brief.
II.1.5) Estimated total value:
Value excluding VAT: 250,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ25 West Surrey
II.2.4) Description of procurement: The Council are undertaking a Restricted procurement procedure to find an experienced provider that are able to deliver a Public Realm Design led service with the necessary skills and track record of successful delivery of similar schemes, that require a balance of Highways/High Street and Public Realm functionality.
All Expressions of Interest must complete and submit a PQQ self assessment before being considered to be taken to ITT stage.
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: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
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: The objective criteria for choosing the limited number of candidates is set out in the Pre-Qualification questionnaire instructions
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: 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:
Members of RIBA / ICE or equivalent.
Requirement to be familiar with CDM regulations.
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
The Council may require the winning bidder to provide a form of guarantee (e.g. Parent Company Guarantee) which will be discussed with bidders during the ITT.
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: 23/01/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/02/2018
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): 6
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: You will be required to download the instructions, complete and submit online the PQQ by the deadline specified in Section IV.2.2. The Council will not shortlist any supplier to be invited to tender where any of the reasons detailed in the Public Contracts Regulations 2015 are deemed to apply.
The Council shall have no liability for any costs, expenses, fees or charges (including third party charges) by those expressing interest in and/or pre-qualifying for and/or tendering for this opportunity. No contract (whether implied or otherwise) shall exist between any bidder and the Council until such time as a contract is awarded to a successful bidder. The Council reserves the right to make any changes to the procurement as it may require at anytime with no liability on its part (including to change, suspend, stop or terminate the process and not award a contract and/or to reject any or all bids at any time).
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Camberley:-Urban-planning-and-landscape-architectural-services./3B3TW9B67F
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3B3TW9B67F
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tenderer; and will specify when the standstill period is expected to end or the date before which the Council will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings had arisen.
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: 20/12/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Surrey Heath Borough Council
Surrey Heath House, Knoll Road, Camberley, GU15 3HD, United Kingdom
Email: mehefin.bell@surreyheath.gov.uk
Contact: Mehefin Bell
Main Address: http://www.surreyheath.gov.uk/
NUTS Code: UKJ25
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.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: Camberley High Street Public Realm Improvements
Reference number: 293061215
II.1.2) Main CPV code:
71400000 - Urban planning and landscape architectural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Camberley High Street Public Realm Improvements Scheme is intended to make the High Street better for pedestrians and provide an important hub including increasing the quantity of usable open space. This will be achieved by prioritising pedestrians on the existing High Street corridor and improvements to the public realm. These improvements will include street furniture and use of appropriate materials, including green and soft landscaping.
This project is heavily focused on the delivery of high quality urban design as a mechanism to transform the public realm, improve access and movement and reduce the dominance of cars on Camberley High Street. It is expected that the commission is urban design led, giving pedestrian priority, with transport/highway access to vehicles including Cars and Service Vehicles through a multi-disciplinary support approach to deliver detailed design up to the construction stage in accordance with the brief.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 248,063
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKJ25 - West Surrey
Main site or place of performance:
West Surrey
II.2.4) Description of the procurement: The Council are undertaking a Restricted procurement procedure to find an experienced provider that are able to deliver a Public Realm Design led service with the necessary skills and track record of successful delivery of similar schemes, that require a balance of Highways/High Street and Public Realm functionality.
All Expressions of Interest must complete and submit a PQQ self assessment before being considered to be taken to ITT stage.
II.2.5) Award criteria:
Quality criterion - Name: Methodology & Approach / Weighting: 25
Quality criterion - Name: Staffing & Experience / Weighting: 13
Quality criterion - Name: Programme & Reporting / Weighting: 9
Quality criterion - Name: Risk Management / Weighting: 13
Quality criterion - Name: Presentations / Weighting: 15
Cost criterion - Name: Price and VFM Analysis / Weighting: 25
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: Not Provided
Section IV: Procedure
IV.1) Description
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
A dynamic purchasing system was set up: No
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: 2017/S 246-515031
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: Deed of Appointment
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: 06/05/2018
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
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
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: 248,063
Total value of the contract/lot: 248,063
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: 06/06/2018
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
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
Unit 2 Holford Yard, London, United Kingdom
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: Not Provided
Total value of the contract/lot: 248,063
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=328582519
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Council will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tenderer; and will specify when the standstill period is expected to end or the date before which the Council will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings had arisen.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 20/06/2018