Bath Quays North – Infrastructure Design
Highway Engineering led multidisciplinary design team comprising Transport and Highway Engineer, Landscape Architect, Drainage Engineer.
United Kingdom-Bath: Consultative engineering and construction services
2016/S 048-080005
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Claire Parker
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225394314
E-mail: claire_parker@bathnes.gov.uk
Internet address(es):
General address of the contracting authority: www.bathnes.gov.uk
Address of the buyer profile: https://www.supplyingthesouthwest.org.uk
Electronic access to information: https://www.supplyingthesouthwest.org.uk
Electronic submission of tenders and requests to participate: https://www.supplyingthesouthwest.org.uk
Further information can be obtained from: Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Claire Parker
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225394314
E-mail: claire_parker@bathnes.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Claire Parker
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225394314
E-mail: claire_parker@bathnes.gov.uk
Tenders or requests to participate must be sent to: Bath and North East Somerset Council
Guildhall, High Street
For the attention of: Claire Parker
BA1 5AW Bath
UNITED KINGDOM
Telephone: +44 1225394314
E-mail: claire_parker@bathnes.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKK12
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
71310000, 71322000, 71311000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 350 000 and 400 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As detailed in the Invitation to Tender documents.
III.2.3)Technical capacity
As detailed in the Invitation to Tender documents.
Minimum level(s) of standards possibly required:
As detailed in the Invitation to Tender documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Council considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of supplier will be based solely on the criteria set out for the procurement and the contract will be awarded on the basis of the most economically advantageous tender. Tender responses shall be submitted in the format requested and include all documents as specified in the Invitation to Tender (ITT) which shall be submitted electronically using the ProContract e-tendering system by the due date noted in IV.3.4) above. Hard copy or emailed tender responses will not be accepted. The ITT and any associated documents are accessible at https://www.supplyingthesouthwest.org.uk
Search for opportunity reference no: DN121933. Please ensure that you allow plenty of time to upload your tender prior to the closing date and time. If you are uploading multiple documents, it is recommended that you zip them using WinZip or WinRAR. If you experience any technical difficulties please contact the Due North Technical Support Team on 0844 334 5204 (8:30 to 17:00 Monday to Friday, excluding English public holidays). or by email at swsupport@duenorth.com
Potential service providers should note that the Council reserves the right to award all or only part of the services or to cancel the procurement at any stage and not award a contract.
VI.5)Date of dispatch of this notice: