Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Residential and Mixed Use Commercial and Residential Viability Assessments
Reference number: DN348772
II.1.2)Main CPV code90700000
II.1.3)Type of contractServices
II.1.4)Short description:
Canterbury City Council wishes to select and appoint a group of suitable consultants for the provision of Residential and Mixed Use Commercial and Residential Viability assessments.
II.1.5)Estimated total valueValue excluding VAT: 210 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
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:
Please see evaluation criteria in Appendix B.
II.2)Description
II.2.1)Title:
Lot A — Residential Viability Assessments
Lot No: A
II.2.2)Additional CPV code(s)45215214
II.2.3)Place of performanceNUTS code: UKJ
II.2.4)Description of the procurement:
Lot A — Residential Viability Assessments.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 100
Price - Weighting: 0
II.2.6)Estimated valueValue excluding VAT: 150 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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:
Lot B — Mixed use Commercial and Residential Viability Assessments
Lot No: B
II.2.2)Additional CPV code(s)71530000
II.2.3)Place of performanceNUTS code: UKJ
II.2.4)Description of the procurement:
Lot B — Mixed use Commercial and Residential Viability Assessments.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 100
Price - Weighting: 0
II.2.6)Estimated valueValue excluding VAT: 60 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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
III.1.3)Technical and professional ability
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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 12
In the case of framework agreements, provide justification for any duration exceeding 4 years: N/A
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 participateDate: 19/07/2018
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
IV.2.7)Conditions for opening of tendersDate: 19/07/2018
Local time: 12:15
Place:
Canterbury City Council, Military Road, Canterbury, CT1 1YW.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresRoyal Court of Justice
The Strand
London
WC2A 2KK
United Kingdom
Telephone: +44 2079476000
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:19/06/2018