Tender

Civil & Structural Engineering Consultancy Services Framework 2025-29

  • Medway Council

F02: Contract notice

Notice identifier: 2025/S 000-002472

Procurement identifier (OCID): ocds-h6vhtk-04d5ed

Published 24 January 2025, 9:42am



Section one: Contracting authority

one.1) Name and addresses

Medway Council

Medway Council, Gun Wharf, Dock Road

Chatham

ME4 4TR

Contact

Mr Nigel Ford

Email

nigel.ford@medway.gov.uk

Telephone

+44 1634332088

Country

United Kingdom

Region code

UKJ41 - Medway

Internet address(es)

Main address

http://www.medway.gov.uk/

Buyer's address

http://www.medway.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/

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/

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

Civil & Structural Engineering Consultancy Services Framework 2025-29

Reference number

DN760406

two.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Medway Council hereby invites tenders in respect of the Civil & Structural Engineering Consultancy Services Framework for a range of services subject to the terms of the invitation to tender and all other documents referred to herein.

The scope and nature of the works and services that may be required under this framework agreement and any Lot are defined within the tender pack.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

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

Traffic Schemes and Network Management

Lot No

1

two.2.2) Additional CPV code(s)

  • 71311200 - Transport systems consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ41 - Medway

two.2.4) Description of the procurement

Scope of Services

Lot 1: Traffic schemes and network management professional services

• CDM

• audit of highway network

• development of community transport plans

• assessment, design and project management of traffic management proposals

• implementation of traffic regulation orders

• appraisal of traffic count information

• assessment of facilities for the disabled and vulnerable road users

• tactical modelling of junctions and microsimulation (Aimsum)

• accident investigation including feasibility analysis and site ranking

• area, junction and route assessment

• urban safety management initiatives

• road safety audits, education, training, publicity, co-ordination and audit of school crossing patrols

• school travel plans

• parking scheme design and implementation

• car parking management including land use assessment, operational advice and economic viability

• production and assessment of Traffic Impact Assessments

• scheme financial assessment and cost / benefit analysis

• project management services

• traffic signal design

• traffic and junction modelling

• Bus projects and smarter travel options including

o Bus stations

o On highways work

o Bus priority infrastructure

o Rail station development

o Park and ride and

o Associated infrastructure e.g. bridges and viaducts

two.2.5) Award criteria

Cost criterion - Name: Cost / Weighting: 30

Cost criterion - Name: Quality / Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework is being established to cover civil and structural engineering professional service requirements for a total of 4 years (48 months). This period is splits into an initial period of 2 years (24 months) with the option to extend for a further 2 years (24 months), for a total term of 4 years (48 months)

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

Highways & Highway Structures

Lot No

2

two.2.2) Additional CPV code(s)

  • 71311210 - Highways consultancy services
  • 71311300 - Infrastructure works consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ41 - Medway

two.2.4) Description of the procurement

Lot 2: Highways and Highway Structures

• CDM

• highway structure inspections

• highway structure assessments

• asset management

• design, contract production and site supervision of highway structure schemes (including new highway structures / re-decking / reconstruction / painting )

• design, contract production and site supervision of highway schemes (including traffic calming / bus and cycle schemes / junction improvements / new roads )

• geotechnical advice

• topographical surveys

• acoustic assessments

• street lighting design

• quantity surveying

• drainage design and flood study work

• project management services

• Streetworks

• Drainage

• Earthworks

• Geotechnics including contamination

• Heavy Structures and materials

two.2.5) Award criteria

Cost criterion - Name: Cost / Weighting: 30

Cost criterion - Name: Quality / Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework is being established to cover civil and structural engineering professional service requirements for a total of 4 years (48 months). This period is splits into an initial period of 2 years (24 months) with the option to extend for a further 2 years (24 months), for a total term of 4 years (48 months)

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

Open 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: 16

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

The framework will not exceed 4 years, we will retender to establish a new framework early 2029

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

Date

28 February 2025

Local time

5:00pm

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)

four.2.7) Conditions for opening of tenders

Date

3 March 2025

Local time

8:30am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Medway Council

Chatham

Country

United Kingdom