Watford Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Parking and Traffic Consultancy 2015 -2019 |
Notice type: | Contract Notice |
Authority: | Watford Borough Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | A framework agreement for the provision of consultancy for traffic related operations and parking for Hertfordshire Councils. |
Published: | 06/03/2015 14:07 |
View Full 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, URL: www.watford.gov.uk, URL: www.watford.gov.uk
Contact: Corporate Procurement Manager, Attn: Howard Hughes
Electronic Access URL: https://www.delta-esourcing.com/delta
Electronic Submission URL: https://www.delta-esourcing.com/delta
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: Parking and Traffic Consultancy 2015 -2019
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKH23 - Hertfordshire
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:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 1,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Consultative engineering and construction services. Engineering design services. Engineering design services for the construction of civil engineering works. Engineering design services for traffic installations. A framework agreement for the provision of consultancy for traffic related operations and parking for Hertfordshire Councils.
II.1.6)Common Procurement Vocabulary:
71310000 - Consultative engineering and construction services.
71320000 - Engineering design services.
71322000 - Engineering design services for the construction of civil engineering works.
71322500 - Engineering design services for traffic installations.
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: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Provision of consultancy for traffic related operations and parking for Hertfordshire Councils, which includes ten Borough and District Councils and the County Council..
Estimated value excluding VAT: 1,000,000
Currency: GBP
II.2.2)Options: Not Provided
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: 01/06/2015
Completion: 31/05/2019
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:
As noted in the ITT but will require an Ultimate Parent Company Guarantee where applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As noted 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:
As noted in the ITT
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As noted in the ITT
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.
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:
As noted in the ITT
Minimum Level(s) of standards possibly required:
As noted in the ITT
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;
(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;
(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;
(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:
As noted in the ITT
Minimum Level(s) of standards possibly required:
As noted in the ITT
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: Not Provided
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 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: Not Provided
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: 19/04/2015
Time-limit for receipt of requests for documents or for accessing documents: 23:59
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 20/04/2015
Time: 12:00
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: 60
IV.3.8)Conditions for opening tenders
Date: 20/04/2015
Time: 12:00
Place:
Watford Town Hall
Persons authorised to be present at the opening of tenders: No
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.Bids for this opportunity must be submitted, including a completed on-line questionnaire, via the portal. The portal also includes further information about the project. Suppliers must 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 https://www.delta-esourcing.com/delta 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: 9E5V672279Please ensure that you allow sufficient time when responding to this invitation prior to the closing date and time shown on the portal as you have been asked to upload documents. Late submissions 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.comThe framework agreement will be available for use by the ten Borough and District Councils and the County Council in Hertfordshire.
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./9E5V672279
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9E5V672279
GO-201536-PRO-6419520 TKR-201536-PRO-6419519
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk
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: 06/03/2015
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
Three Rivers District Council
Three Rivers House, Rickmansworth, WD3 1RL, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Watford: Consultative engineering and construction services.
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, URL: www.watford.gov.uk, URL: www.watford.gov.uk
Contact: Corporate Procurement Manager, Attn: Howard Hughes
Electronic Access URL: https://www.delta-esourcing.com/delta
Electronic Submission URL: https://www.delta-esourcing.com/delta
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Parking and Traffic Consultancy 2015 -2019
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
Region Codes: UKH23 - Hertfordshire
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Consultative engineering and construction services. Engineering design services. Engineering design services for the construction of civil engineering works. Engineering design services for traffic installations. A framework agreement for the provision of consultancy for traffic related operations and parking for Hertfordshire Councils.
II.1.5)Common procurement vocabulary:
71310000 - Consultative engineering and construction services.
71320000 - Engineering design services.
71322000 - Engineering design services for the construction of civil engineering works.
71322500 - Engineering design services for traffic installations.
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: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Pricing / Cost - 50
General Interpretation of the brief & suitability of approach to the work to be undertaken. - 25
Experience of undertaking similar work and evidence of successful outcomes. - 10
Quality Assurance. - 10
Social Value. - 5
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: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2015/S 49 - 85596 of 11/03/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 01/06/2015
V.2) Information About Offers
Number Of Offers Received: 5
Number Of Offers Received By Electronic Means: 5
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: AECOM
Postal address: AECOM House, 63-77 Victoria Street
Town: St Albans
Postal code: AL1 3ER
Country: United Kingdom
Email: Matthew.DArchambaud@aecom.com
Telephone: +44 1727535848
Internet address: www.aecom.com
V.4)Information On Value Of Contract
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 01/06/2015
V.2) Information About Offers
Number Of Offers Received: 5
Number Of Offers Received By Electronic Means: 5
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: JMP Consultants Ltd
Postal address: Abacus House, 33 Gutter Lane
Town: London
Postal code: EC2V 8AS
Country: United Kingdom
Email: james.rhodes@jmp.co.uk
Telephone: +44 2037144372
Internet address: www.jmp.co.uk
V.4)Information On Value Of Contract
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 01/06/2015
V.2) Information About Offers
Number Of Offers Received: 5
Number Of Offers Received By Electronic Means: 5
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Mott MacDonald
Postal address: Mott MacDonald House, 8-10 Sydenham Road
Town: Croydon
Postal code: CR0 2EE
Country: United Kingdom
Email: richard.hearle@mottmac.com
Telephone: +44 2087742901
Internet address: www.mottmac.com
V.4)Information On Value Of Contract
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
4: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 01/06/2015
V.2) Information About Offers
Number Of Offers Received: 5
Number Of Offers Received By Electronic Means: 5
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Ove Arup & Partners Ltd
Postal address: 13 Fitzroy Street
Town: London
Postal code: W1T 4BQ
Country: United Kingdom
Email: ian.clarke@arup.com
Telephone: +44 1212133000
Internet address: www.arup.com
V.4)Information On Value Of Contract
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
5: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 01/06/2015
V.2) Information About Offers
Number Of Offers Received: 5
Number Of Offers Received By Electronic Means: 5
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Project Centre Limited
Postal address: Westgate House, Westgate
Town: London
Postal code: W1 5YY
Country: United Kingdom
Email: paul.adams@projectcentre.co.uk
Telephone: +44 2074306923
Internet address: www.projectcentre.co.uk
V.4)Information On Value Of Contract
If annual or monthly value:
Number of years: 4
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.Bids for this opportunity must be submitted, including a completed on-line questionnaire, via the portal. The portal also includes further information about the project. Suppliers must 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 https://www.delta-esourcing.com/delta 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: 9E5V672279Please ensure that you allow sufficient time when responding to this invitation prior to the closing date and time shown on the portal as you have been asked to upload documents. Late submissions 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.comThe framework agreement will be available for use by the ten Borough and District Councils and the County Council in Hertfordshire.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=145674136
GO-201562-PRO-6646498 TKR-201562-PRO-6646497
VI.3.1)Body responsible for appeal procedures:
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 02/06/2015
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Three Rivers District Council
Three Rivers House, Northway, Rickmansworth, WD3 1RL, United Kingdom