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
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