Section I: Contracting authority
I.1)Name, addresses and contact point(s)Swindon Borough Council
Civic Offices Euclid Street
For the attention of: Emma Leake
SN1 2JH Swindon
UNITED KINGDOM
Telephone: +44 1793464357
E-mail:
Fax: +44 1793496650
Internet address(es)
General address of the contracting authority www.swindon.gov.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: 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 authorityRegional or local authority
I.3)Main activityGeneral public services
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:Ecological Consultant.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main place of performance: Swindon.
NUTS code UKK14
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 agreementFramework 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 250 000,00 and 600 000,00 GBP
II.1.5)Short description of the contract or purchase(s)Swindon Borough Council are seeking an ecological consultant to provide services at the Wichelstowe site and other sites across the borough as and when required.
Wichelstowe is a major urban extension to the south of Swindon. The Council's landholdings have planning permission for a further 3 600 homes along with commercial, retail and community uses.
A proactive consultant is required to provide commercially focused advice to support and enable design and construction whilst protecting and enhancing natural habitats.
II.1.6)Common procurement vocabulary (CPV)90713000, 71313000, 71247000, 71313400, 71350000, 71400000, 71510000, 90700000, 90712000, 90712400, 90720000, 90721100, 92534000, 71000000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
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 scopeThe 4-year framework will relate to sites across the borough as and when required and will include ecological services to support the delivery of the Wichelstowe development.
The following services will be included:
- site monitoring including surveys and status reports for a wide range of species and habitats,
- development of nature conservation management plans,
- securing natural england licences for construction / mitigation works,
- undertaking ecological mitigation and protection works,
- input into the detailed design,
- supporting construction.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 250 000,00 and 600 000,00 GBP
II.2.2)Information about optionsOptions: no
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: 48 (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
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing themFollowing the award of contract, payments based on the value of work done. Details are provided in the Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awardedJoint and several liability.
III.1.4)Other particular conditionsThe 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
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Details of the information required will be detailed in the pre-qualification questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Details of the information required will be detailed in the pre-qualification questionnaire.
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: no
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: yes
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 number of operators 5
Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification questionnaire.
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:Swindon Borough Council Filing Reference: 130/105
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: 2.12.2011 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate8.12.2011 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening 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 proceduresDirector of Law and Democratic Services
Civic Offices Euclid Street
SN1 2JH Swindon
UNITED KINGDOM
E-mail:
Telephone: +44 1793463012
Internet address: http://swindon.gov.uk
Fax: +44 1793463035
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedDirector of Law and Democratic Services
Civic Offices Euclid Street
SN1 2JH Swindon
UNITED KINGDOM
E-mail:
Telephone: +44 1793463012
Internet address: http://swindon.gov.uk
Fax: +44 1793463035
VI.5)Date of dispatch of this notice:27.10.2011