Section one: Contracting authority/entity
one.1) Name and addresses
Guildford Borough Council
Millmead House,Millmead
GUILDFORD
GU24BB
Contact
Adrian Swift
Telephone
+44 7866164604
Country
United Kingdom
Region code
UKJ25 - West Surrey
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
GBC-Sustainable Travel Initiative for A3 Guildford area
Reference number
GBC - 036289
two.1.2) Main CPV code
- 90711400 - Environmental Impact Assessment (EIA) services other than for construction
two.1.3) Type of contract
Services
two.1.4) Short description
This is not an opportunity but a VEAT notice to publish the intent to enter into a contract for an experienced local supplier for the provision of a sustainable active travel network. The opportunity was published via Contracts Finder but the Council did not reasonably foresee the estimated contract value exceeding the PCR threshold for services based on the Council's knowledge, experience and contract value from a previous contract for similar services. As such the Council are publishing a VEAT notice on the ground of ineffectiveness in accordance with PCR Regulation 99(1)(2) under Part 2(6)(7).
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £271,208
two.2) Description
two.2.2) Additional CPV code(s)
- 90711400 - Environmental Impact Assessment (EIA) services other than for construction
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
A3 area of Guildford
two.2.4) Description of the procurement
The Contract is for the provision of a sustainable active travel network focused on supporting organisations whose employees travel to work on the A3 as it passes through Guildford,
Surrey. This is part of a package of measures to improve air quality, called the Electric Towns and Cities Initiative.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The Council are publishing a VEAT notice to confirm that the procedure is deemed to be ineffective in accordance with PCR regulation 99(1)(2) under Part 2 6(7) as the Council did not reasonably foresee that the estimated contract value would exceed the PCR Threshold for services at the time of publication.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
30 June 2023
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Velocity Transport Planning Limited
Billericay
Country
United Kingdom
NUTS code
- UKH3 - Essex
Companies House
10748463
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £271,208
Section six. Complementary information
six.3) Additional information
The Council are publishing a VEAT notice to confirm that the procedure is deemed to be ineffective in accordance with PCR Regulation 99(1)(2) under Part 2 (6)(7) as the Council did not reasonably foresee that the estimated contract value would exceed the PCR Threshold for services at the time of publication based on the Council's knowledge, experience and contract value from a previous contract for similar services.
six.4) Procedures for review
six.4.1) Review body
The High Court
London
WC2A 2LL
Country
United Kingdom