Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract involves joint procurement
I.3)Communication
Additional information can be obtained from 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:
Reference number: DN308286
II.1.2)Main CPV code
71250000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Council's Highways Department designs and installs a variety of engineering projects from minor traffic calming schemes to major road realignment and junction improvement schemes. For all such projects, the Council requires detailed, accurate topographical survey data which shows precise levels and locations of all physical features on the highway. The surveys could cover any area in size up to a maximum of 250 000 m2.
In addition to carrying out the surveys on site, the supplier will be required to provide the survey data on an Ordnance Survey base map (which will be supplied by the Client) as 2 Dimensional and 3 Dimensional files. All surveys must be undertaken in a format compatible with all AutoCAD releases from 2010, including AutoCAD LT and AutoCAD Civil 3D. Where requested all data must be suitable for Point Cloud.
II.1.5)Estimated total value
Value excluding VAT: 400 000.00 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)
71310000
71324000
71351000
71355000
71322100
II.2.3)Place of performance
NUTS code: UKK21
II.2.4)Description of the procurement:
The Term Surveying Contract is a joint procurement between Bournemouth Borough Council, the Borough of Poole (this includes Poole Housing Partnership known as PHP, in this document they will be known as (‘the Council’). Bournemouth Borough Council is leading on the procurement process.
The Council's Highways Department designs and installs a variety of engineering projects from minor traffic calming schemes to major road realignment and junction improvement schemes. For all such projects, the Council requires detailed, accurate topographical survey data which shows precise levels and locations of all physical features on the highway. The surveys could cover any area in size up to a maximum of 250 000 m2.
In addition to carrying out the surveys on site, the supplier will be required to provide the survey data on an Ordnance Survey base map (which will be supplied by the Client) as 2 Dimensional and 3 Dimensional files. All surveys must be undertaken in a format compatible with all AutoCAD releases from 2010, including AutoCAD LT and AutoCAD Civil 3D. Where requested all data must be suitable for Point Cloud.
The supplier must be available to work out of hours where the Council requires it, and must be able to respond and deliver all data and completed plans to the Council within 28 calendar days of receipt of individual works orders or 14 days when required. The supplier must also be able to provide their own Traffic Management for all roads with a speed value of up to 30 mph.
The Contract is for 3 years with the option to extend the contract annually for a further 2 years.
The Contract will commence on the 1.2.2018.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 40 %
Price - Weighting: 60 %
II.2.6)Estimated value
Value excluding VAT: 400 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
The Contract is for 3 years with the option to extend the contract annually for a further 2 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
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: 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: 29/12/2017
Local time: 14:00
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 29/12/2017
Local time: 14:00
Place:
Bournemouth Borough Council, Town Hall, Bourne Avenue, Bournemouth.
Information about authorised persons and opening procedure:
All tenders are sealed and electronically opened by the Council's Democratic services.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
This contract is likely to be re-tendered if required in 2022.
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
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:
20/11/2017