Section one: Contracting authority
one.1) Name and addresses
Leicestershire County Council (on behalf of Midlands Highways Alliance Plus) (MHA+)
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Mr Dave Kingston
Telephone
+44 01163051490
Country
United Kingdom
Region 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.1) Name and addresses
Midlands Highway Alliance Plus (MHA+)
County Hall, Glenfield
Leicester
LE3 8RA
Contact
Dave Kingston
Telephone
+44 01163051490
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.eastmidstenders.org/index.html
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
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=3999465a-cab1-ed11-811f-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=3999465a-cab1-ed11-811f-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
Professional Services Partnership 4 (PSP4) on behalf of Midlands Highways Alliance Plus (MHA+)
Reference number
DN657261
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 PSP 4 Framework scope includes all services required for the execution of the design and supervision of highway, civil and municipal engineering works.
The PSP 4 Framework Agreement is based upon the NEC 4 Framework Contract (June 2017), and is split into two lots, one for Consultancy Services and one for Temporary Professional Staff & Secondments.
The Scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+ Members’ highways related requirements. This may be in relation to wider highway service delivery as well as delivery of the capital works programme. The work may be packaged as projects that cover complete scheme delivery or specific tasks or specialisms to enable authorities to deliver a range of services, including major highway improvements, highway maintenance and road safety projects, town centre regeneration schemes and transport studies.
Typical services may involve, but not exclusively relate to: highway improvements, highway maintenance, highway infrastructure works (including bridges, subways, culverts and retaining walls), public realm works (town centre enhancements), drainage improvements, canal works and other infrastructure works such as waste management facilities.
A more comprehensive list of services included within the framework scope is included at Annex A to this Framework Information.
For the purposes of this tender process, Leicestershire County Council is acting as the Client and the Contracting Authority on behalf of the Midlands Highway Alliance Plus (MHA+). Once the Framework Agreement is awarded, any organisation who is a member of the MHA+ (this includes any organisation that may become a member during the Framework Term), will be able to place an Order under it with a Framework Supplier. Each Order will create a separate, stand-alone contract between the MHA+ Member who placed it and the Supplier. Leicestershire County Council will have no liability except in relation to Orders which it places itself.
The estimated total value of the framework (all Lots) is a range between £120,000,000 - £960,000,000. The higher range of this value banding reflects forecasts based on all extension options being taken and factoring in projected growth and estimated inflation.
Against each Lot only the highest estimated range has been provided.
two.1.5) Estimated total value
Value excluding VAT: £950,000,000
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
Consultancy Services, with 3 Suppliers
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 71000000 - Architectural, construction, engineering and inspection services
- 79410000 - Business and management consultancy services
- 79420000 - Management-related services
- 90710000 - Environmental management
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+ Members’ highways related requirements. This may be in relation to wider highway service delivery as well as delivery of the capital works programme. The work may be packaged as projects that cover complete scheme delivery or specific tasks or specialisms to enable authorities to deliver a range of services, including major highway improvements, highway maintenance and road safety projects, town centre regeneration schemes and transport studies.
Suppliers must be capable of delivering all of the services set out in the Framework Information , covering all specialisms / activities, for all regions that they have been awarded.
Orders in Lot 1 will be issued using the core clauses of either:
- NEC 4 Professional Services Short Contract (PSSC) (June 2017); or
- NEC 4 Professional Services Contract (PSC) (June 2017)
NEC 4 secondary option clauses (in particular the X clauses) are available for a Client to use for specific Orders at the sole discretion of the individual Client.
two.2.5) Award criteria
Quality criterion - Name: Quality (including social value) / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £432,000,000
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 Framework Agreement shall include options to extend for two periods of up to two years each, up to a maximum of a further 4 years in total.
The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of the Framework Agreement.
The criteria for extending the Framework end date will include, but not be limited to:
a) the value of the Orders placed does not exceed that stated in the Find a Tender Service (FTS) notice;
b) The performance of the Suppliers
c) Suppliers have passed a further financial check consistent with the checks carried out at the Selection Questionnaire stage of the framework tender process
d) the Framework is meeting the MHA+ Members’ requirements and procurement strategies.
e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good value for money for MHA+ Members.
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
Temporary Professional Staff & Secondments
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 71000000 - Architectural, construction, engineering and inspection services
- 79410000 - Business and management consultancy services
- 79420000 - Management-related services
- 79600000 - Recruitment services
- 90710000 - Environmental management
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+ Members’ highways-related requirements This may be in relation to wider highway service delivery as well as delivery of the capital works programme.
Temporary professional staff or secondments are required to enable authorities to deliver a range of services, including major highway improvements, highway maintenance and road safety projects, town centre regeneration schemes and transport studies and may be drawn from a variety of highway and transportation specialisms.
Suppliers must be capable of providing staff capable of delivering all services set out in the Framework Information.
Orders in Lot 2 will be issued using the core clauses of the NEC 4 Professional Services Short Contract (PSSC) (June 2017).
two.2.5) Award criteria
Quality criterion - Name: Quality (including social value) / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £528,000,000
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 Framework Agreement shall include options to extend for two periods of up to two years each, up to a maximum of a further 4 years in total.
The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of the Framework Agreement.
The criteria for extending the Framework end date will include, but not be limited to:
a) the value of the Orders placed does not exceed that stated in the Find a Tender Service (FTS) notice;
b) The performance of the Suppliers
c) Suppliers have passed a further financial check consistent with the checks carried out at the Selection Questionnaire stage of the framework tender process
d) the Framework is meeting the MHA+ Members’ requirements and procurement strategies.
e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good value for money for MHA+ Members.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As specified in the tender documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 5
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The PSP4 Framework sits alongside the MHA+ Medium Schemes Framework 4 (MSF4) for scheme construction https://www.mhaplus.org.uk/work-streams/medium-schemes. Scheme delivery may involve the Suppliers of both of these frameworks, with the expectation that the Suppliers in Lot 1 and individual staff on Lot 2 will be appointed to support on a number of these schemes. Recognizing the nature, size and complexity of MHA+ member schemes, it is deemed appropriate to align the term of this Professional Services Partnership 4 framework with the MHA+ MSF4 framework, which is also 4 + 2 + 2 years. In light of the MSF4 context and nature of the schemes, limiting the framework term to 4 years appears disproportionally short and does not allow for the full realisation of benefits of performance management, collaboration and continuous improvement.
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-010003
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 April 2023
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 April 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom