By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

CPU-EU-042-2012 Town and Country Planning Consultant Framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Kingston University Higher Education Corporation
River House, 53-57 High Street
Contact point(s): http://in-tendhost.ac.uk/kingstonuniversity/aspx/Home
KT1 1LQ Kingston upon Thames
UNITED KINGDOM
Telephone: +44 2084173119
E-mail:

Internet address(es):

General address of the contracting authority: www.kingston.ac.uk

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: Kingston University
Contact point(s): http://in-tendhost.ac.uk/kingstonuniversity/aspx/Home
UNITED KINGDOM
E-mail:
Internet address: www.kingston.ac.uk

Tenders or requests to participate must be sent to: Kingston University
Contact point(s): http://in-tendhost.ac.uk/kingstonuniversity/aspx/Home
UNITED KINGDOM
E-mail:
Internet address: www.kingston.ac.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
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:
CPU-EU-042-2012 Town and Country Planning Consultant Framework.
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 UKI22

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

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:
Range: between 1 and 300 000 GBP
II.1.5)Short description of the contract or purchase(s)
The University intends to procure the Town and Country Planning Consultant to provide consultancy services in relation to town and country planning statutory process and planning applications for Kingston University.
The University wishes to select Town and Country Planning Consultant on to a framework to:
Provide strategic advice on national and local planning policies and planning laws and how these will impact on the Universitys plans, including the interpretation of the National Planning Policy Framework, Localism Act and any future legislation, to local circumstances.
Prepare and submit representations on national and local policies and plans on behalf of the University in accordance with strategic advice incorporating appropriate evidences bases and analysis, policy option testing, alternative site analysis and other plan making processes as appropriate.
Provide Town and Country Planning advice and guidance on the University development plans, making recommendations for specialist input to support the planning applications; identifying any risks and recommending strategic approaches for dealing with applications.
Prepare and submit planning applications on behalf of the University, coordinating inputs from 3rd party Consultants (e.g. architects, building services designers, etc.) and supplementing any gaps in the documents issued by 3rd party Consultants where appropriate.
Represent the University at planning committee hearings and appeals.
Interpret planning approvals, and advise the University on the implications of any conditions and monitor progress with discharging conditions.
Interpret planning refusals and advise the University on appropriate next steps in the event of a refusal.
Advise the University on developing effective working relationships with local authorities (primarily the Royal Borough of Kingston-Upon-Thames) with the aim of smoothing the planning application process and delivering the set objectives. Participate in the establishment of these relationships.
Provide advice on stakeholder and community engagement in relation to Town and Country Planning, providing copy-writing, graphic design and printing service for consultation/exhibition materials and attending stakeholder engagement meetings and attend events as required, e.g. exhibitions, liaison meetings with local councils, residents associations and other relevant local groups.
The initial period of the framework agreement is for 3 years with an option to extend for a further year.
individual contracts awarded (Called-Off) under the Framework Agreement may continue beyond the end date of the Framework Agreement for the purpose of completion of the project or programme of work specified by the given Call-Off, and subject to the terms of the Call-Off made under the Framework Agreement.
II.1.6)Common procurement vocabulary (CPV)

71000000, 71410000, 71500000, 45214400, 71210000, 71245000, 71326000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
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:
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)Conditions relating to the contract
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
III.2)Conditions for participation
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
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: As published in the PQQ document.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
CPU-EU-042-2012
IV.3.2)Previous publication(s) concerning the same contract
no
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: 2.9.2013 - 13:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
2.9.2013 - 13:01
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: 2.9.2013 - 13:10

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:
1.8.2013