Tender

ENVIRONMENT & TRANSPORT – COMMISSIONING Modelling Services Contract (Formerly Lot 1 of the modelling framework).

  • Leicestershire County Council

F02: Contract notice

Notice identifier: 2022/S 000-001824

Procurement identifier (OCID): ocds-h6vhtk-030db9

Published 21 January 2022, 11:18am



Section one: Contracting authority

one.1) Name and addresses

Leicestershire County Council

County Hall, Leicester Road, Glenfield

Leicester

LE3 8RA

Contact

Mr Vincent Hunt

Email

Vincent.Hunt@leics.gov.uk

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