Planning Services Contract Staffordshire
Technical planning services. East Staffordshire Borough Council is seeking expressions of interest from suitably qualified contractors to deliver their planning services.
UK-Burton upon Trent: technical planning services
2012/S 69-114503
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
East Staffordshire Borough Council
The Maltsters, Wetmore Road
DE14 1LA Burton upon Trent
UNITED KINGDOM
Telephone: +44 1283508000
E-mail: chris.ebberley@eaststaffsbc.gov.uk
Internet address(es):
General address of the contracting authority: www.eaststaffsbc.gov.uk
Address of the buyer profile: http://www.eaststaffsbc.gov.uk/services/procurement/pages/default.aspx
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)
Other: Local Planning Authority
Section II: Object of the contract
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 UKG2
The core elements of the contract are as follows:
a) Planning policy;
b) Planning delivery / control.
Please note: it is the intention of the contracting authority to divide the tender into lots, the details of which will be provided at the invitation to tender stage.
71356400
Tenders may be submitted for one or more lots
The core elements of the contract are as follows:
a) Planning policy;
b) Planning delivery / control.
Please note: it is the intention of the contracting authority to divide the tender into lots, the details of which will be provided at the invitation to tender stage.
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 120 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Planning Policy
Preparing, monitoring and reviewing the development plan.
Providing advice on the interpretation and status of the development plan and related documents to Councillors, Council colleagues, members of the public, agents and developers.
Supplementary planning documents for preparation, consultation and adoption following adoption of local plan.
Advising on the development of land and buildings not specifically covered by policies in the development plan.
Monitoring employment, residential, retail developments and other datasets related to the development plan.
Preparing the annual monitoring report.
Preparing the Council’s input to strategic/regional planning.
71356400
71356400
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr.
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
(a) A list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(b) A list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— Where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
— Where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
(k) With regard to the products to be supplied:
(i) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(ii) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Reference to the relevant law, regulation or administrative provision: A proven track record for processing all types of planning applications involving a wide variety of subject matter, size and complexity of development. Applications and Planing Policy Documents should be processed and assessed by Chartered Town Planners (MRTPI) with appropriate levels of knowledge, expertise and experience.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As specified in the PQQ methodology.
Other: English.
Section VI: Complementary information
Estimated timing for further notices to be published: 60 Months after Contract Award
Your PQQ must be completed and submitted electronically by using Vault through BiPs Delta-ets by the due date of 15.5.2012 @ 12:00 hrs.
The information and documents for this contract will be accessible at the following website www.delta-ets.com. To be able to access these documents you will need to register your company details and thereafter you will be issued with a Username and Password. If you have already registered with Delta previously, please follow the link shown and click on the ‘Delta-ets Home’ tab instead. This will redirect you to the home page where you can log on using your existing username and password to collect the tender documents.
If you have registered and have forgotten your Username and Password, please click on the forgotten password link on the Delta-ets homepage.
Please keep this Username and Password secure, and do not pass it to any third parties.
The information and documents for this contract will be accessible at the following website www.delta-esourcing.com. To be able to access these documents you will need to register your company details and enter the following Access Code 249RS7WK44.
Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application like WinZip or WinRar.
If you are experiencing problems, then please contact the Delta helpdesk via e-mail, helpdesk@delta-ets.com or call +44 8452707050 for further assistance.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers 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. GO Reference: GO-201244-PRO-3832773.
VI.5)Date of dispatch of this notice:4.4.2012