Section one: Contracting authority
one.1) Name and addresses
Leicestershire County Council
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Mr Vincent Hunt
Telephone
+44 1163055890
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.eastmidstenders.org/index.html
Buyer's address
https://www.eastmidstenders.org/index.html
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=6a86296e-9977-ec11-8110-005056b64545
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=6a86296e-9977-ec11-8110-005056b64545
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
ENVIRONMENT & TRANSPORT – COMMISSIONING Modelling Services Contract (Formerly Lot 1 of the modelling framework).
Reference number
DN590213
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 appointed supplier will carry out work using the Pan Regional Transport Model (PRTM) and other associated or future countywide or regional models.
PRTM is divided into 5 main components below followed by a series of tertiary requirements:
1) Highway Supply Model (SATURN)
2) Public Transport Supply Model (EMME)
3) Demand Model (EMME) including a Parking Model
4) Land-Use
5) Environmental Analysis
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71320000 - Engineering design services
- 71530000 - Construction consultancy services
- 71350000 - Engineering-related scientific and technical services
- 72240000 - Systems analysis and programming services
- 71313000 - Environmental engineering consultancy services
- 71315000 - Building services
- 71312000 - Structural engineering consultancy services
- 72224000 - Project management consultancy services
- 72227000 - Software integration consultancy services
- 72266000 - Software consultancy services
- 79416000 - Public relations services
- 90713000 - Environmental issues consultancy services
- 71311210 - Highways consultancy services
- 71311200 - Transport systems consultancy services
- 71311300 - Infrastructure works consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
1. This procurement and its related sister DN590212 comprise the renewal of the former integrated Environment and Transport Commissioning modelling and support services Framework (ETCF) modelling framework.
2. The former Lot 1 has become this 4 year plus optional further 4 years services contract with one supplier appointed.
3. Lots 3, 4, 5 of the former framework have been incorporated into the new framework procurement, and the lot references have been updated to Lots 1, 2 and 3. The former Lot 2 has been retired.
4. Each procurement has its own Find A Tender Service notice and it is important to register interest in both opportunities on the procurement portal.
5. The procurements share a common Selection Questionnaire, but with unique capability questions for each requirement. Please make sure you answer the appropriate capability questions appertaining to each opportunity and then upload the appropriate SQ to the appropriate opportunity on the procurement portal.
a. An individual Conflict of Interest Certificate (blank form is attached as Appendix 8) should be returned with your SQ and your tender return for each opportunity.
6. Please ensure you include the costs of the specified insurances in your tender price.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
The services contract comprises a primary 4 year term, with an optional (for the Council) to decide secondary term of a further 4 years. The contract will be renewed by the Council on expiry.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 7
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 February 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
26 April 2022
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
Tender must be valid until: 20 September 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Every 4 or 8 years to renew the service arrangement
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand London WC2A 2LL
London
WC2A 2ll
Country
United Kingdom