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 following 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:
Professional Services for Site Infrastructure and Planning.
Reference number: BCKLWN138
II.1.2)Main CPV code
71410000
II.1.3)Type of contract
Services
II.1.4)Short description:
The initial contract will be to complete necessary surveys and studies to prepare for an outline planning application based on the recently endorsed Nelson Quay Riverfront Delivery Plan. Subject to Elected Member approval, the contract is expected to be extended to cover the completion of the planning process for outline approval and detailed approval for the site infrastructure. Subject to funding approval, the contract may be extended further, through to RIBA Stage 7.
II.1.5)Estimated total value
Value excluding VAT: 300 000.00 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)
71311300
71530000
II.2.3)Place of performance
NUTS code: UKH16
II.2.4)Description of the procurement:
The initial contract will be to complete necessary surveys and studies to prepare for an outline planning application based on the recently endorsed Nelson Quay Riverfront Delivery Plan. Subject to Elected Member approval, the contract is expected to be extended to cover the completion of the planning process for outline approval and detailed approval for the site infrastructure. Subject to funding approval, the contract may be extended further, through to RIBA Stage 7. The project is a key component of the Council's regeneration plans and Heritage Action Zone Delivery Plan.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Initial proposals and proposed methodology / Weighting: 25
Quality criterion - Name: Proposed project team / Weighting: 20
Quality criterion - Name: Key stakeholder engagement plan / Weighting: 10
Quality criterion - Name: Proposed project programme / Weighting: 10
Cost criterion - Name: Total fixed cost / Weighting: 30
Cost criterion - Name: Daily and hourly rates / Weighting: 5
II.2.6)Estimated value
Value excluding VAT: 300 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 05/02/2018
End: 31/12/2018
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
In the initial contract, there will be the option to include the discharge of pre-commencement conditions attached to an existing planning consent. There will also be the option to extend the contract as described earlier in this notice.
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
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: 12/12/2017
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: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 13/12/2017
Local time: 14:00
Place:
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Tenders must be submitted in hard copy to reach the address provided by the stated deadline. Electronic submissions cannot be accepted.
VI.4)Procedures for review
VI.4.1)Review body
Borough Council of King's Lynn and West Norfolk
King's Lynn
PE30 1EX
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:
06/11/2017