Harborough District Council: HDC 123 Cemetery Strategy Consultancy

  Harborough District Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: HDC 123 Cemetery Strategy Consultancy
Notice type: Contract Notice
Authority: Harborough District Council
Nature of contract: Services
Procedure: Open
Short Description: Consultancy to produce a Cemetery and Burial Strategy for Harborough District.
Published: 05/02/2016 16:21
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Market Harborough: Technical planning services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Harborough District Council
      Harborough District Council Council Offices, The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
      Tel. +44 1858828282, Email: Commissioning2@harborough.gov.uk, URL: http://www.harborough.gov.uk, URL: http://harborough/index.htm TBC
      Contact: Jonathan Ward-Langman, Attn: Jonathan Ward-Langman
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

      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: HDC 123 Cemetery Strategy Consultancy
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKF22 - Leicestershire CC and Rutland         
      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:
      Technical planning services. Infrastructure works consultancy services. Urban planning services. Consultancy to produce a Cemetery and Burial Strategy for Harborough District.
         
      II.1.6)Common Procurement Vocabulary:
         71356400 - Technical planning services.
         
         71311300 - Infrastructure works consultancy services.
         
         71410000 - Urban planning 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:
      Harborough District Council (HDC) is tendering for the provision of consultancy support to undertake a Cemetery and Burial Strategy for Harborough District.         
         Estimated value excluding VAT: 20,000
         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      
         Starting: 28/03/2016
         Completion: 31/08/2016

   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:
      Refer to the tender documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Refer to the tender documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Refer to the tender documents.
      
      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.

      Refer to the tender documents.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Documents as above; the Council reserves the right to investigate further and, if appropriate, negotiate additional requirements with the successful supplier(s) dependent on information supplied.         
         Minimum Level(s) of standards possibly required:
         Refer to the tender documents.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (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;
         (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;
         (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;
         
         Information and formalities necessary for evaluating if requirements are met:
         Refer to the tender documents.Confirmation that the Council may approach contracting authorities to seek confirmation of the satisfactory delivery of services listed at III.2.3) (b)         
         Minimum Level(s) of standards possibly required:
         Refer to the tender documents.      
      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: No       
      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: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Price - 20
            Technical capacity - 80

      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: HDC 123      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 06/03/2016
      Time-limit for receipt of requests for documents or for accessing documents: 00:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 07/03/2016
         Time: 09:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 180
      
      IV.3.8)Conditions for opening tenders
         Date: 07/03/2016
         Time: 09:00
         Place:
         N/A
         Persons authorised to be present at the opening of tenders: Yes
            Authorised Harborough District Council offficers


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.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.
Requests for clarification will be accepted via the Delta eSourcing portal up until 9.00.am. on February 29th 2016; responses will be made available to all providers via the Delta portal.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Market-Harborough:-Technical-planning-services./PGA7YW5W2T

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PGA7YW5W2T
GO-201625-PRO-7716517 TKR-201625-PRO-7716516
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Harborough District Council
      The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
      Tel. +44 7880512540, Email: Commissioning2@harborough.gov.uk

      VI.4.2)Lodging of appeals: The Council will incorporate a minimum 10 working day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).   
   
      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: 05/02/2016

ANNEX A

View any Notice Addenda

View Award Notice

UK-Market Harborough: Technical planning services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Harborough District Council
       Harborough District Council Council Offices, The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
       Tel. +44 1858828282, Email: Commissioning2@harborough.gov.uk
       Contact: Jonathan Ward-Langman
       Main Address: http://www.harborough.gov.uk, Address of the buyer profile: http://www.bipsolution.com
       NUTS Code: UKF2

   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: HDC 123 Cemetery Strategy Consultancy            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71356400 - Technical planning services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Consultancy to produce a Cemetery and Burial Strategy for Harborough District.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 20,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71356400 - Technical planning services.
            71311300 - Infrastructure works consultancy services.
            71410000 - Urban planning services.


      II.2.3) Place of performance
      Nuts code:
      UKF22 - Leicestershire CC and Rutland
   
      Main site or place of performance:
      Leicestershire CC and Rutland
             

      II.2.4) Description of the procurement: Cemetery Strategy Consultancy Service

      II.2.5) Award criteria:
      Quality criterion - Name: Technical capacity / Weighting: 80
                  
      Price - Weighting: 20
            

      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: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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
       Not Provided
   

   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: HDC 123    
   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: 01/06/2016

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 4 (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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Enzygo Ltd
             The Byre,, Woodend Lane,, Cromhall,, GL12 8AA, United Kingdom
             NUTS Code: UKF2
            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: 19,150          
         Total value of the contract/lot: 19,150
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.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.
Requests for clarification will be accepted via the Delta eSourcing portal up until 9.00.am. on February 29th 2016; responses will be made available to all providers via the Delta portal.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=208472525

   VI.4) Procedures for review

      VI.4.1) Review body
          Harborough District Council
          The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
          Tel. +44 7880512540, Email: Commissioning2@harborough.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Council will incorporate a minimum 10 working day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 29/06/2016