Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Other activity: West Yorkshire Combined Authority is a collaboration between the West Yorkshire authorities and Leeds City Region. It is the place where work that cuts across the whole region is undertaken
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Professional Services Framework.
Reference number: PROJECT NO. CA0223
II.1.2)Main CPV code
71311000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Framework Agreement will enable West Yorkshire Combined Authority, the West Yorkshire District Councils, Leeds City Region councils and others with WYCA written consent (Doncaster, East Lincolnshire, East Riding of Yorkshire, Hull, North East Lincolnshire, North Yorkshire County Council, Rotherham and Sheffield) to call upon consultants to assist in delivering all aspects of Municipal Engineering including Building Structures and Regeneration projects.
Interested parties must download the documents from https://in-tendhost.co.uk/westyorkshireca/aspx/Home Hover on and select, ‘Tenders’ followed by, ‘Current’ and, ‘View Details.’ There is a registration process, if not already registered. Log in to gain access to the project and documents.
Note. It is not enough to simply click, ‘Express Interest.’ Interested parties must log in as well.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 3
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Although there are 3 lots, tenderers may bid for no more than 2.
II.2)Description
II.2.1)Title:
Professional Services Framework — Lot 1 — value up to 200 000 GBP
Lot No: 1
II.2.2)Additional CPV code(s)
71311000
71311210
71327000
44112000
71300000
71324000
71322000
71322100
71520000
71322300
II.2.3)Place of performance
NUTS code: UKE31
NUTS code: UKE4
NUTS code: UKE21
II.2.4)Description of the procurement:
Civil Engineering consultancy work, covering a range of activities described in the invitation to tender documents.
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: 200 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The framework will be subject to a further tender after 4 years.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:
Professional Services Framework — Lot 2 — value to 500 000 GBP
Lot No: 2
II.2.2)Additional CPV code(s)
71311000
71311210
71320000
71327000
44112000
71322000
71322100
71520000
71322300
II.2.3)Place of performance
NUTS code: UKE31
NUTS code: UKE4
NUTS code: UKE21
II.2.4)Description of the procurement:
Civil engineering consultancy services as described in the invitation to tender documents.
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: 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The framework will be tendered again at the end of the initial 4 year period.
II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:
Professional Services Framework — Lot 3 — value over 500 000 GBP
Lot No: 3
II.2.2)Additional CPV code(s)
71311000
71311210
71327000
44112000
71322000
71322300
71520000
71322100
II.2.3)Place of performance
NUTS code: UKE31
NUTS code: UKE4
NUTS code: UKE21
II.2.4)Description of the procurement:
Civil engineering consultancy services as described in the invitation to tender documents.
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: 20 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The framework will be tendered again at the end of the 4 year period.
II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
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
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
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: 18
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/03/2017
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
IV.2.7)Conditions for opening of tenders
Date: 13/03/2017
Local time: 00:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
WYCA
Leeds
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
31/01/2017