Opportunity

CPCA - CAM Programme Procurement

  • Cambridgeshire & Peterborough Combined Authority

F02: Contract notice

Notice reference: 2021/S 000-000304

Published 7 January 2021, 5:08pm



Section one: Contracting authority

one.1) Name and addresses

Cambridgeshire & Peterborough Combined Authority

Cambridgeshire & Peterborough Combined Authority, 72 Market Street

Ely

CB7 4LS

Contact

Ms Heidi Parker

Email

heidi.parker@cambridgeshirepeterborough-ca.gov.uk

Telephone

+44 1480277180

Country

United Kingdom

NUTS code

UKH1 - East Anglia

Internet address(es)

Main address

https://cambridgeshirepeterborough-ca.gov.uk

Buyer's address

https://cambridgeshirepeterborough-ca.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=a182c261-fc4f-eb11-8106-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=a182c261-fc4f-eb11-8106-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Mayoral Combined Authority


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CPCA - CAM Programme Procurement

Reference number

DN518600

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The CAM vision is for an expansive autonomous vehicle metro-style network that seamlessly connects regional settlements, major city fringe employment sites and key satellite growth areas across the region with key railway stations and Cambridge city centre, helping to nurture and sustain long-term regional economic growth.

The CPCA, with and on behalf of ONE CAM Ltd, are seeking to establish a framework agreement covering various work streams that are required to develop the Cambridgeshire Autonomous Metro whilst integrating with the Market Towns delivery projects. This to include progressing the project through the treasury green book business case process and then supporting the overarching master planning for the project and progression through into the early works and potentially delivering the project design requirements.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 2 - Engineering,

Lot No

2

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia

two.2.4) Description of the procurement

Lot 2 is required to provide the technical, environmental and engineering services required for the effective delivery of the CAM Programme. Specifically they will be responsible for the creative and strategic design and input into the project regarding the engineering, technology, autonomous vehicle systems, transport planning, transport operations, demand modelling, safety, regulatory and environmental progression (such as surveys and impact assessments) of the project.

Along with its interactions with the development of a number of new Market Towns whilst supporting the delivery of the OBC, FBC, EIA, TWAO/DCO, enabling works and potentially detailed design development and the procurement of the works packages. The scope may include other related services as required.

The requirements will be awarded as task orders under the framework so as to enable the project delivery to stay aligned to the specific requirements and outcomes for each of the stages.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

the Framework is for an initial 24 months with an option to extend for a further 24 month period. In addition, the final call off under the framework can be for a duration of up to 4 years past the end of the framework period

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Lot is Referenced as Lot 2 to fit in with other procurements that are being managed separately.

The Lot will be awarded to a single supplier on a labour and materials basis with each task order being scoped out and resourced as the project progresses; this will be priced using the tendered rate card.

Note the single supplier may be a consortium, prime/sub or other such arrangement

two.2) Description

two.2.1) Title

Lot 3 - Business Case and funding and financial advisory services

Lot No

3

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia

two.2.4) Description of the procurement

Lot 3 is required to provide the funding and financial advisory services (to include wider items such as VAT advice, tax advice, audit, etc) along with the development and delivery of the respective business cases that are required to support the CAM programme through to delivery of the works and any other related services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

the Framework is for an initial 24 months with an option to extend for a further 24 month period. In addition, the final call off under the framework can be for a duration of up to 4 years past the end of the framework period.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Lot is Referenced as Lot 3 to fit in with other procurements that are being managed separately.

The Lot will be awarded to a single supplier on a labour and materials basis with each task order being scoped out and resourced as the project progresses; this will be priced using the tendered rate card.

Note the single supplier may be a consortium, prime/sub or other such arrangement


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 234-579001

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 February 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 February 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom