Highways Consultants Required for Birmingham City Council
West Midlands Specialist Professional Transportation and Engineering Consultancy Services Framework.
United Kingdom-Birmingham: Highways consultancy services
2015/S 039-066861
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Birmingham City Council, Corporate Procurement Services
10 Woodcock Street
Contact point(s): Corporate Procurement Services
B4 7WB Birmingham
UNITED KINGDOM
Telephone: +44 1214648000
E-mail: etendering@birmingham.gov.uk
Fax: +44 1213037322
Internet address(es):
General address of the contracting authority: www.finditinbirmingham.com
Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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
Please see details in VI.3 Additional Information
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 16: Sewage and refuse disposal services; sanitation and similar services
NUTS code UKG
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 110
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 20 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The scope of the services involves municipal, highways and transportation engineering but does not include any physical works. A more detailed list of services within the scope is included in the Tender documents and Framework Information. The founder members are Birmingham City Council, Sandwell Metropolitan Borough Council and Walsall Metropolitan Borough Council but any other publicly funded body either working in conjunction with the above named users or other such bodies located within the geographical areas of the Black Country and the Greater Birmingham and Solihull LEP authorities and Coventry and CENTRO may wish to utilise this Framework Agreement during its term.
The framework is split into 2 lots: Lot 1 — Core Specialist Professional Transport and Engineering Services and Lot 2 — Multi disciplinary Specialist Professional Transport and Engineering Services
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). For the avoidance of doubt, the contracting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
BCC will be using its etendering (in-tend) system for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is https://in-tendhost.co.uk/birminghamcc Registration and use of intend is free. All correspondence for this procurement process must be via the intend correspondence function. If you are unable to register with in-tend please either email us atcps@birmingham.gov.uk or call +44 1214648000. If you are interested in tendering please click on the following link to access Birmingham City Councils tender Portal: https://in-tendhost.co.uk/birminghamcc/ and submit your details to register as a bidder. We will send you a log on and password so you can download the tender documentation. Requests to participate must be by way of completion and return of the tender documentation no later than 12:00 (GMT) on Tuesday 7.4.2015 using the Supplier Portal. For more information contact Madeleine Townend, Procurement Manager — Major Projects, tel. +44 1213030039 or email madeleine.townend@birmingham.gov.uk.
II.1.6)Common procurement vocabulary (CPV)
71311210, 71311200, 71313000, 71312000, 71242000, 71244000, 71311000, 71311300
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.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Core Specialist Professional Transport and Engineering Consultancy Services
1)Short description
2)Common procurement vocabulary (CPV)
71311210, 71311200, 71313000, 71312000, 71242000, 71311000, 71311300
Lot No: 2Lot title: Multi-Disciplinary Specialist Professional Transport and Engineering Consultancy Services
1)Short description
2)Common procurement vocabulary (CPV)
71311210, 71311200, 71313000, 71312000, 71242000, 71244000, 71311000, 71311300
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:
No special legal form is required but in the case of group bidders the authority requires that a prime service provider assumes primary liability for the group and that each organisation in the group accepts joint and several liability.
III.1.4)Other particular conditions
Description of particular conditions: When executing the contract in the UK the successful tenderer will be required to comply with the recommendations of the code of practice for the elimination of Racial Discrimination and the promotion of Equality of Opportunity in Employment published by the Commission for Racial Equality. The successful tenderer will be required to participate actively in the service related economic, social and environmental regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly, tender evaluation and contract performance conditions may relate in particular to social, economic and environmental considerations.
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 Documentation.
III.2.3)Technical capacity
As set out in the Tender Documentation.
Minimum level(s) of standards possibly required:
As set out in the Tender Documentation.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
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
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.5)Date of dispatch of this notice: