Construction Contract Leads
South East
Category Services
Type
No. of Lots 1
Status Active
Published 10th Nov 2023
Reference | ocds-h6vhtk-04178a |
Common Procurement Vocabulary | Urban planning and landscape architectural services |
Procurement Method | Open procedure |
Value | £300,000 |
South East
Category Services
Type
No. of Lots 1
Status Active
Published 10th Nov 2023
Reference | ocds-h6vhtk-04178a |
Common Procurement Vocabulary | Urban planning and landscape architectural services |
Procurement Method | Open procedure |
Value | £300,000 |
Section I: Contracting authority
I.1) Name and addresses
Test Valley Borough Council
Beech Hurst, Weyhill Road,
Andover
SP10 3AJ
Contact
Dave Owers
dowers [at] testvalley.gov.uk
Telephone
+44 01264368000
Country
United Kingdom
NUTS code
UKJ3 - Hampshire and Isle of Wight
National registration number
N/A
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/67140
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=75038&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=75038&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Andover Western Avenue Riverside Park - Specification and Design
Reference number
CE047
II.1.2) Main CPV code
- 71400000 - Urban planning and landscape architectural services
II.1.3) Type of contract
Services
II.1.4) Short description
Test Valley Borough Council is seeking to appoint consultants (or a consortium of consultants) to prepare the designs to RIBA Stage 6 for the delivery of a new ‘riverside park’ along Western Avenue in Andover Town Centre and including public realm improvements to the riverside footpath south of Bridge Street. The successful bidder will coordinate the design work of other specialist and technical designers into a single cohesive detailed masterplan that meets the objectives of the scheme.
The range of skills and specialisms required will include landscape, highways and environmental design relating to waterways and drainage. The successful bidder will take this project from the existing concept design, through detailed design and planning, producing technical construction drawings, specification and management plan for the landscape elements, through to completion of the project.
Further details can be found at https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=75038&B=UK
II.1.5) Estimated total value
Value excluding VAT: £300,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71400000 - Urban planning and landscape architectural services
II.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
II.2.4) Description of the procurement
Test Valley Borough Council (TVBC) is seeking to appoint consultants (or a consortium of consultants) to prepare the designs to RIBA Stage 6 for the delivery of a new ‘riverside park’ along Western Avenue in Andover Town Centre and including public realm improvements to the riverside footpath south of Bridge Street. The successful bidder will coordinate the design work of other specialist and technical designers into a single cohesive detailed masterplan that meets the objectives of the scheme.
The range of skills and specialisms required will include landscape, highways and environmental design relating to waterways and drainage. The successful bidder will take this project from the existing concept design, through detailed design and planning, producing technical construction drawings, specification and management plan for the landscape elements, through to completion of the project. As this is a multi-disciplinary project, the successful bidder will also provide a coordinating role between the various elements of the project.
Further details can be found at https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=75038&B=UK
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £300,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 January 2024
End date
31 December 2025
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
11 December 2023
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
11 December 2023
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
As set out in the Public Contracts Regulations 2015