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
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Wichelstowe Ecological Services.
Reference number: PG00052
II.1.2)Main CPV code
90700000
II.1.3)Type of contract
Services
II.1.4)Short description:
Swindon Borough Council invites expressions of interest from suitably qualified and experienced service providers for the provision of ecological services in relation to the Wichelstowe development.
The supplier will be required to provide comprehensive ecological services in relation to both maintenance and monitoring of the Wichelstowe site and the support of design and construction.
Services will include surveys, securing licences, site clearance and habitat creation. The supplier will also form part of the Design Team including civil engineers, landscape designers and architects developing the designs for both infrastructure and residential development on the site.
All tender documents are available in the attachments section on the tender advert on the South West Portal available using the URL below:
www.supplyingthesouthwest.org.uk DN261453.
II.1.5)Estimated total value
Value excluding VAT: 750 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
90700000
90712000
90712400
90720000
90721100
92534000
71000000
71247000
71313000
71313400
71315000
71400000
71510000
II.2.3)Place of performance
NUTS code: UKK14
Main site or place of performance:
II.2.4)Description of the procurement:
Swindon Borough Council invites expressions of interest from suitably qualified and experienced service providers for the provision of ecological services in relation to the Wichelstowe development.
The supplier will be required to provide comprehensive ecological services in relation to both maintenance and monitoring of the Wichelstowe site and the support of design and construction.
Services will include surveys, securing licences, site clearance and habitat creation. The supplier will also form part of the Design Team including civil engineers, landscape designers and architects developing the designs for both infrastructure and residential development on the site.
The supplier will also be required to work with contractors during the delivery of works to ensure all relevant ecological requirements are complied with.
The contract will be initially for a period of 3 years commencing August 2017 with the option to extend for a further 3 years, in extensions of 2 years and 1 year (total potential contract term of 6 years), subject to satisfactory performance and budget availability. The total poptential estimated contract value (including extensions) is 750 000 GBP.
Full details relating to the Services are provided in the tender documents.
All tender documents are available in the attachments section on the tender advert on the South West Portal available using the link below:
www.supplyingthesouthwest.org.uk DN261453.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Proposal for supporting design (delivering sustainable and cost effective solutions) / Weighting: 20
Quality criterion - Name: Proposal for maintaining / monitoring the site (complying with all legislation / Natural England information requirements and delivering efficient value for money solutions) / Weighting: 15
Quality criterion - Name: Proposal for supporting construction (minimising delays and associated costs) / Weighting: 15
Cost criterion - Name: 25 % (of total marks) for Stage 1 (Fixed fee) / Weighting: 25
Cost criterion - Name: 25 % (of total marks) for Stage 2 (Rates) based on an estimated total volume of work over the 3 year period. / Weighting: 25
II.2.6)Estimated value
Value excluding VAT: 750 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
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:
Demonstrated experience of delivering protection and mitigation measures on a site similar to that described in this procurement activity. 30.
Based on the below selection criteria:
Demonstrated experience of delivering protection and mitigation measures on a site similar to that described in this procurement activity — 30 %.
Demonstrated experience of providing ecological services to support construction / infrastructure delivery — 30 %.
Demonstrated experience of providing ecological services to support design. To include infrastructure and landscaping design — 30 %.
Demonstrated experience of delivering value for money ecological solutions — 10 %.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The Council has the option to extend by a further three years in extensions of two years and then 1 year (3 + 2 + 1 years); total potential contract of 6 years. Extensions will be subject to contract performance and budget availability.
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
List and brief description of conditions:
All criteria that are stated within the tender documents to become the preferred bidder.
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
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: no
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: 29/05/2017
Local time: 12:00
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
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:
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=254284108
GO Reference: GO-2017427-PRO-10087689.
VI.4)Procedures for review
VI.4.1)Review body
Swindon Borough Council
Euclid Street
Swindon
SN2 2JH
United Kingdom
VI.4.2)Body responsible for mediation procedures
Swindon Borough Council
Swindon
United Kingdom
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
Swindon Borough Council
Euclid Street
Swindon
SN2 2JH
United Kingdom
VI.5)Date of dispatch of this notice:
27/04/2017