Professional Services Framework for Bristol City Council
Bristol City Council on behalf of the West of England Partnership is seeking a single multi-disciplinary organisation that can provide a full and wide range of transport consultancy services for four years.
United Kingdom-Bristol: Highways engineering services
2015/S 042-072236
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Bristol City Council
City Hall, College Green
Contact point(s): Partnerships, Procurement and Commissioning
For the attention of: John Thompson
BS1 5TR Bristol
UNITED KINGDOM
Telephone: +44 1179224630
E-mail: jane.iles@bristol.gov.uk
Internet address(es):
General address of the contracting authority: www.bristol.gov.uk
Address of the buyer profile: https://supplierlive.proactisp2p.com/Account/Registration/Register
Electronic access to information: https://supplierlive.proactisp2p.com/Account/Registration/Register
Electronic submission of tenders and requests to participate: https://supplierlive.proactisp2p.com/Account/Registration/Register
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
Environment
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
South Gloucestershire Council
Council Department for Environment and Community Services, PO Box 199, Street Care, Civic Centre
BS15 0DR Kingswood
UNITED KINGDOM
North Somerset Council
Town Hall, Walliscote Grove Road
BS23 1UJ Weston-super-Mare
UNITED KINGDOM
Bath and North East Somerset Council
The Guild Hall, High Street
BA1 5AW Bath
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 UKK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 4 000 000 and 7 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
71311220, 71300000, 71310000, 71311000, 71311100, 71312000, 71313000, 71318000, 71320000, 71322000, 71322100, 71322500, 71330000,71335000, 71336000, 71631400
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 4 000 000 and 7 500 000 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
Description of particular conditions: As specified in the Invitation to Tender documents and framework contract.
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: In accordance with the In accordance with the Public Contracts Regulations 2006 (as amended) and set out in the PQQ Invitation and Selection Short-listing document.
III.2.3)Technical capacity
In accordance with the Public Contracts Regulations 2006 (as amended) and set out in the PQQ Invitation and Selection Short-listing document.
Minimum level(s) of standards possibly required:
In accordance with the Public Contracts Regulations 2006 (as amended) and set out in the PQQ Invitation and Selection Short-listing document.
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: Business capacity and capability and work stream specific capability. Full set of objective criteria are set out in the Selection Criteria which forms a part of the Information Pack.
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: 2014/S 207-366948 of 28.10.2014
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.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=130678795
GO Reference: GO-2015223-PRO-6388338.
VI.4.1)Body responsible for appeal procedures
Bristol District Registry of the High Court of Justice
Greyfriars, Lewins Mead
BS1 2NR Bristol
UNITED KINGDOM
Telephone: +44 1179106700
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: