Opportunity

ENVIRONMENT & TRANSPORT – COMMISSIONING FRAMEWORK (E&T-CF) Lots 1,2 and 3

  • Leicestershire County Council

F02: Contract notice

Notice reference: 2022/S 000-001830

Published 21 January 2022, 11:42am



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=94306ac4-b877-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=94306ac4-b877-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 FRAMEWORK (E&T-CF) Lots 1,2 and 3

Reference number

DN590212

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

Lot 1 – Operation and Support Panel for Microsimulation Modelling

This lot will require consultants to provide microsimulation modelling services and advice to the Council, its partners, other local authorities and other external bodies and organisations. The service will include the operation, calibration, validation and rebasing of the Council’s existing microsimulation models, as well as the development of new microsimulation models.

Lot 2 – Operation and Support Panel for Rail Policy, Strategy and Modelling

This lot will require consultants to provide policy, strategy and modelling services and advice to the Council, its partners, other local authorities and other external bodies and organisations. Due to the highly specialist nature of this lot it is envisaged that the services within this lot will comprise:-

•Influencing and Lobbying

•Identify and Evidence

Test and Modelling

Lot 3 – Comprehensive Advisory and Support Panel – Transport Planning and Policy, Engineering and Technical Support

This lot will require consultants to provide comprehensive support in relation to transport planning and policy, engineering and technical support services. These services should include but are not restricted to:

• Support of the engineering design team on major highway related projects.

• Quality audits Project coordination and management

• Inputs to transport plans and policies (strategic and detailed)

• Scheme design

• Preparation for and participation in public inquiries

• Transport and land-use modelling

• Sustainable transport policy and strategy.

• Hydrological Services (Flood Risk Management & Water Quality).

• Transport appraisal

• Evaluation of implemented transport schemes

• Advice on transport and planning regulatory change.

• Environmental modelling and assessment (Noise, AQ, EIA&RA)

• Aviation Policy, Strategy and Modelling

• Transport planning

• Transport engineering

• Strategic planning and policy

• Infrastructure planning and development

• Intelligent Transport Systems

• Waste management and environmental services

• Research and Development

• Enforcement policy

• Network resilience and management

• Traffic Signals and Road Lighting

Five consultants will be appointed to each lot; Tenderers are invited to bid for one, several or all of these lots.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Lot 1: Microsimulation Modelling

Lot No

1

two.2.2) Additional CPV code(s)

  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71320000 - Engineering design services
  • 71351000 - Geological, geophysical and other scientific prospecting services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 72226000 - System software acceptance testing consultancy services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72240000 - Systems analysis and programming services
  • 72246000 - Systems consultancy services
  • 72260000 - Software-related services
  • 72600000 - Computer support and consultancy services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 79300000 - Market and economic research; polling and statistics
  • 79411000 - General management consultancy services
  • 79415200 - Design consultancy services
  • 79416200 - Public relations consultancy services
  • 79418000 - Procurement consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Council wishes to appoint a panel of consultants to undertake work mainly using PTV VISSIM microsimulation modelling software. The Council is seeking tenders from suitably experienced microsimulation modelling consultants who would be interested in being on the panel for this work. The Council has a number of existing microsimulation models and has aspirations to develop further such models. The lot will not only be concerned with running the existing microsimulation models to provide outputs for end users, but also with aspects such as design, construction, validation, calibration of new models as well as rebasing of existing models. There may also be the need for consultants to use existing Paramics models as well as auditing microsimulation models developed by third parties. Please note that consultants will be expected to demonstrate adequate experience across all microsimulation modelling services listed above. Two case studies have been prepared to provide example of development and subsequent application of microsimulation models in Leicestershire.

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

48

This contract is subject to renewal

No

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

two.2) Description

two.2.1) Title

Lot 2: Operation and Support Panel for Rail Policy, Strategy and Modelling

Lot No

2

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72140000 - Computer hardware acceptance testing consultancy services
  • 72150000 - Computer audit consultancy and hardware consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72240000 - Systems analysis and programming services
  • 72260000 - Software-related services
  • 72600000 - Computer support and consultancy services
  • 73000000 - Research and development services and related consultancy services
  • 79300000 - Market and economic research; polling and statistics
  • 79411000 - General management consultancy services
  • 79415000 - Production management consultancy services
  • 79415200 - Design consultancy services
  • 79416000 - Public relations services
  • 79417000 - Safety consultancy services
  • 79418000 - Procurement consultancy services
  • 79419000 - Evaluation consultancy services
  • 90710000 - Environmental management

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will require consultants to provide policy, strategy and modelling services and advice to the Council, its partners, other local authorities and other external bodies and organisations. Due to the highly specialist nature of this lot it is envisaged that the services within this lot will comprise:-

1. Influencing and Lobbying

2.Identify and Evidence

3.Test and Modelling

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

48

This contract is subject to renewal

No

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

two.2) Description

two.2.1) Title

Comprehensive Advisory and Support Panel: Transport Planning and Policy, Engineering and Technical Support Number Question %

Lot No

3

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 72150000 - Computer audit consultancy and hardware consultancy services
  • 72200000 - Software programming and consultancy services
  • 72600000 - Computer support and consultancy services
  • 73000000 - Research and development services and related consultancy services
  • 79300000 - Market and economic research; polling and statistics
  • 79410000 - Business and management consultancy services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will involve:-

* The Support of the engineering design team on major highway related projects.

• Quality audits Project coordination and management

• Inputs to transport plans and policies (strategic and detailed)

• Scheme design

• Preparation for and participation in public inquiries

• Transport and land-use modelling

• Sustainable transport policy and strategy.

• Hydrological Services (Flood Risk Management & Water Quality).

• Transport appraisal

• Evaluation of implemented transport schemes

• Advice on transport and planning regulatory change.

• Environmental modelling and assessment (Noise, AQ, EIA&RA)

• Aviation Policy, Strategy and Modelling

• Transport planning

• Transport engineering

• Strategic planning and policy

• Infrastructure planning and development

• Intelligent Transport Systems

• Waste management and environmental services

• Research and Development

• Enforcement policy

• Network resilience and management

• Traffic Signals and Road Lighting

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

48

This contract is subject to renewal

No

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

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 15

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: 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: Re- procurement will take place every 4 years.

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

six.4.2) Body responsible for mediation procedures

ROYAL COURTS OF JUSTICE

LONDON

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will operate this procurement in full compliance with the Remedies Directive and the case law applying to this and other regulations binding public bodies.

six.4.4) Service from which information about the review procedure may be obtained

ROYAL COURTS OF JUSTICE

LONDON

Country

United Kingdom