Section one: Contracting authority
one.1) Name and addresses
Medway Council
Medway Council, Gun Wharf, Dock Road
Chatham
ME4 4TR
Contact
Mr Nigel Ford
Telephone
+44 1634332088
Country
United Kingdom
Region code
UKJ41 - Medway
Internet address(es)
Main address
Buyer's address
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