Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at:
www.yortender.co.uk
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:
Professional Highways Engineering Services
II.1.2)Main CPV code71311220
II.1.3)Type of contractServices
II.1.4)Short description:
Professional consultancy services in relation to the management and development of land drainage (including flood risk management) highways and highway structures and general engineering design in Calderdale.
II.1.5)Estimated total valueValue excluding VAT: 1 875 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: UKE44
Main site or place of performance:
Borough Council of Calderdale
II.2.4)Description of the procurement:
Provision of consultancy services in support of:
— engineering for highway structures,
— geotechnical engineering,
— civil engineering,
— flood risk management,
— traffic management,
— highway development control,
— public rights of way, and
— land remediation.
Management of the Council’s 730 km of predominantly dry stone burr/retaining walls, and 283 bridges and culverts to include routine and emergency inspection, assessment, identification and management of maintenance programmes, work procurement by means of contracts together with supervision and project management of these works. Delivering schemes and projects to minimise the risk of flooding as part of a long term plan working with partner organisation to include support around flood risk modelling, design and development of schemes. Undertake work in the fields of geotechnical engineering, civil and structural engineering, traffic management, highway development control, public rights of way, and land remediation.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 875 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
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 registersList and brief description of conditions:
The Council's particular requirements will be set out in the Invitation to tender documentation.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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:
There is a requirement for a guarantee bond to remain in force throughout thje contract period.
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 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 participateDate: 16/11/2018
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 tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 16/11/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
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:10/10/2018