Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe 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:The development of a new mixed use scheme at Blackwell Farm, Guildford for the University of Surrey - Town Planning Consultancy Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
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
Main site or location of works, place of delivery or of performance: Guildford.
NUTS code UKJ23
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)The University of Surrey has extensive landholdings and intends to develop a new, sustainable, urban village for Guildford on part of its land. Initial studies by the University have confirmed that the site could accommodate a mixed use scheme comprising housing, academic and research buildings. University land holdings, at Blackwell Farm and Manor Farm, have been identified as a possible site for initially 2,000 dwellings subject to further evaluation in the Guildford Borough Strategic Housing Land Availability Assessment report dated December 2012, published on 30.7.2013. The University now seeks to appoint a major town planning consultancy with an in house master planning and environmental impact assessment (EIA) capability to assist in the evaluation, design, promotion, and delivery of an outline planning consent together with certain reserved matters applications, for the proposed development. After the return of the pre-qualification questionnaires (PQQs) referred to in this notice, a short list of suitably qualified town planning consultants will be drawn up by the University based on the criteria detailed in the PQQ.
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)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: yes
Description of these options: The University may use the successful bidder for further, similar services in connection with its landholdings (in addition to the proposed urban village) over the duration period.
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 60 (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:As per PQQ.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:As per PQQ.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:As per PQQ.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: As per PQQ and tender documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As per PQQ.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As per PQQ.
Minimum level(s) of standards possibly required: Minimum fee turnover of 5,000,000 GBP and minimum professional indemnity insurance cover of 10,000,000 GBP per occurrence or series of occurrences.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As per PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: Participants must include partners/directors who are chartered members of the Royal Town Planning Institute (RTPI) and listed in the RTPI Directory of Planning Consultants or eligible for chartered membership of the RTPI and Directory listing through the EU Pathway.
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: As per PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:291/RNH
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 2.9.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate2.9.2013 - 10:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe 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:2.8.2013