Blackburn with Darwen Technical Services Partnership
It is proposed the Property Services Lot will cover Property Management, Strategic and Specialist Property Advice and procurement and/or delivery of Architectural services.
United Kingdom-Blackburn: Real estate services
2015/S 162-296979
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Blackburn with Darwen
Town Hall, King William Street
For the attention of: Chris Bradley
BB1 7DY Blackburn
UNITED KINGDOM
Telephone: +44 1254585296
E-mail: christopher.bradley@blackburn.gov.uk
Internet address(es):
General address of the contracting authority: http://www.blackburn.gov.uk/
Electronic access to information: https://www.the-chest.org.uk
Electronic submission of tenders and requests to participate: https://www.the-chest.org.uk
Further information can be obtained from: Blackburn with Darwen
Town Hall, King William Street
For the attention of: Chris Bradley
BB1 7DY Blackburn
UNITED KINGDOM
Telephone: +44 1254585296
E-mail: christopher.bradley@blackburn.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Blackburn with Darwen
Town Hall, King William Street
For the attention of: Chris Bradley
BB1 7DY Blackburn
UNITED KINGDOM
Telephone: +44 1254585296
E-mail: christopher.bradley@blackburn.gov.uk
Tenders or requests to participate must be sent to: Blackburn with Darwen
Town Hall, King William Street
For the attention of: Chris Bradley
BB1 7DY Blackburn
UNITED KINGDOM
Telephone: +44 1254585296
E-mail: christopher.bradley@blackburn.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
As set out above in VI.3) Additional information
UNITED KINGDOM
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 UKD
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)
The procurement will be split into two lots one for the Property services and one for the Highways and Transport services:
— It is proposed the Property Services Lot will cover Property Management, Strategic and Specialist Property Advice and procurement and/or delivery of Architectural services.
— It is proposed the Highways & Transport Services Lot will cover the ‘white collar’ aspects of Civil Engineering, Traffic Management, Public Rights of Way, Highways Civil Engineering Design and Procurement, Highways Maintenance and Inspection, Street Works, Street Lighting and Drainage.
— In addition the Council wants arrangements to be flexible so that over the course of the contract we are be able to adapt to include the provision of other functions within the Council’s Place-based service areas including but not limited to regeneration, housing, environment and leisure functions if it represents value for money to do so.
The Council is looking for 2 provider per lot or 2 provider who can cover both lots. This will be based on assessing which combination offers the Council the best value for money based on the evaluation methodology set out in the tender documents.
II.1.6)Common procurement vocabulary (CPV)
70000000, 45000000, 50000000, 63000000, 71000000, 75000000, 77000000, 79993000, 79996000, 90000000, 92000000, 98000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: The initial contract period will be for 5 years. There will then be an option to extend the contract for a further 5 years on a 3 year + 2 year basis.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Property Services
1)Short description
2)Common procurement vocabulary (CPV)
70000000, 45000000, 50000000, 71000000, 79000000, 79900000
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Highways and Transport Services
1)Short description
2)Common procurement vocabulary (CPV)
71000000, 45000000, 63000000, 79000000
4)Indication about different date for duration of contract or starting/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.1.4)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 set out in the tender documents.
III.2.3)Technical capacity
As set out in the tender documents.
Minimum level(s) of standards possibly required:
As set out in the 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.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As set out in the tender documents.
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.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 149-275549 of 5.8.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: