Medway are seeking to appoint a consultant to prepare an Improvement Framework for Strood which should have a clear focus on the potential improvements to be delivered whilst also encompassing all that is planned and currently being rolled out in Strood.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Medway Council
Gun Wharf, Dock Road
For the attention of: Mrs Janet Elliott
ME4 4TR Chatham
UNITED KINGDOM
Telephone: +44 1634331023
E-mail: janet.elliott@medway.gov.uk
Internet address(es):
General address of the contracting authority: http://www.medway.gov.uk/
Electronic access to information: www.kentbusinessportal.org.uk
Electronic submission of tenders and requests to participate: www.kentbusinessportal.org.uk
Further information can be obtained from: Medway Council
Gun Wharf, Dock Road
For the attention of: Mrs Janet Elliott
ME4 4TR Chatham
UNITED KINGDOM
Telephone: +44 1634331023
E-mail: janet.elliott@medway.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Medway Council
Gun Wharf, Dock Road
For the attention of: Mrs Janet Elliott
ME4 4TR Chatham
UNITED KINGDOM
Telephone: +44 1634331023
E-mail: janet.elliott@medway.gov.uk
Tenders or requests to participate must be sent to: Medway Council
Gun Wharf, Dock Road
For the attention of: Mrs Janet Elliott
ME4 4TR Chatham
UNITED KINGDOM
Telephone: +44 1634331023
E-mail: janet.elliott@medway.gov.uk
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Strood Town Centre Improvement Plan.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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 UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Medway are seeking to appoint a consultant to prepare an Improvement Framework for Strood which should have a clear focus on the potential improvements to be delivered whilst also encompassing all that is planned and currently being rolled out in Strood. It is anticipated this will be in the most part to deliver transport infrastructure and public realm projects that in turn deliver economic growth. The key focus areas within Strood are High Street/ Commercial Road along with Knight Road/Priory Road and the Strood retail Park. Strood Station is due to undergo a complete rebuild. The Improvement Framework must take into account the identified regeneration sites that the Council is seeking to bring forward including Temple Waterfront, Strood Riverside and the Civic Centre site. The Improvement Framework Plan will map out, at a strategic level, the overall plans for Strood, including present and future land use, urban design and landscaping, retail provision, transport infrastructure, circulation and service provision. It must be based upon an understanding of the place and those residents and members directly affected. The deliverable will be an Improvement Framework for Strood that will form the basis of structured consultation and engagement, for moving the LGF project forward.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Medway are seeking to appoint a consultant to prepare an Improvement Framework for Strood which should have a clear focus on the potential improvements to be delivered whilst also encompassing all that is planned and currently being rolled out in Strood. It is anticipated this will be in the most part to deliver transport infrastructure and public realm projects that in turn deliver economic growth. The key focus areas within Strood are High Street/ Commercial Road along with Knight Road/Priory Road and the Strood retail Park. Strood Station is due to undergo a complete rebuild. The Improvement Framework must take into account the identified regeneration sites that the Council is seeking to bring forward including Temple Waterfront, Strood Riverside and the Civic Centre site. The Improvement Framework Plan will map out, at a strategic level, the overall plans for Strood, including present and future land use, urban design and landscaping, retail provision, transport infrastructure, circulation and service provision. It must be based upon an understanding of the place and those residents and members directly affected. The deliverable will be an Improvement Framework for Strood that will form the basis of structured consultation and engagement, for moving the LGF project forward.
Estimated value excluding VAT:
Range: between 300 000 and 380 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 31 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
These will be sent in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
These will be sent in the contact documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any details will be sent in the contract documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with the Public Contract Regulations 2015 applicants will be assessed on the basis of information provided in response to the invitation to tender and pre-qualification documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with the Public Contract Regulations 2015 and as set out in the tender documentation.
Minimum level(s) of standards possibly required: As set out in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the tender documentation.
Minimum level(s) of standards possibly required:
As set out in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
9XEF-AJEY55
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 13.7.2015 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.7.2015 – 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 13.7.2015 – 12:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.6.2015