Section one: Contracting authority
one.1) Name and addresses
Hertfordshire County Council
Pegs Lane
HERTFORD
SG13 8DE
Contact
Strategic Procurement Group
evelyn.poulton@hertfordshire.gov.uk
Telephone
+44 01992556485
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
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
HCC 03/22 - Provision of Conceptual Design Services for the Watford to Croxley Link (W2CL)
Reference number
HCC2213638
two.1.2) Main CPV code
- 71311200 - Transport systems consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Hertfordshire County Council (the ‘Council’) is currently out to procurement for the provision of Conceptual Design Services for the Watford To Croxley Link (W2CL)Through this tender process, the Council is seeking to engage multiple suppliers to concurrently and independently develop creative and feasible conceptual designs for potential mobility solutions for the W2CL. The Council is seeking to select suppliers based on their potential to generate a creative, but deliverable, viable and feasible conceptual design for the W2CL. The Council want to encourage suppliers that can develop a range of mobility solutions. Conceptual designs will need to propose solutions for each aspect of the W2CL, from the type of mobility solution to the way in which the network / route will be operatedIt is the Council’s intention to award the Contract to up to 3 Tenderers who achieve the highest score following evaluation. The deadline for submission of completed Selection Questionnaire (SQ) is 1
two.1.5) Estimated total value
Value excluding VAT: £275,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71311200 - Transport systems consultancy services
- 71311000 - Civil engineering consultancy services
- 71320000 - Engineering design services
- 71311300 - Infrastructure works consultancy services
- 71240000 - Architectural, engineering and planning services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
BackgroundFollowing the cancellation of the Metropolitan Line Extension (MLX) project, and recent work considering alternatives to the MLX, there is a need to now develop a new project for the Watford to Croxley Link (W2CL) between Watford Junction and Croxley because the challenges that the MLX was intended to address remain. The Council are also developing options for a Mass Rapid Transit (MRT) project, called the HERT, and exploring potential for the Abbey Line through the Restoring Your Railway (RYR) fund. These together with new forms of mobility coming forward means that there is a need to develop potential concept designs and mobility solutions.Tender for Concept Design ServicesThrough this tender process, the Council is seeking to engage multiple suppliers to concurrently and independently develop creative and feasible conceptual designs for potential mobility solutions for the W2CL. The Council is seeking to select suppliers based on their potential to generate a creative, but deliverable, viable and feasible conceptual design for the W2CL. The Council want to encourage suppliers that can develop a range of mobility solutions. Conceptual designs will need to propose solutions for each aspect of the W2CL, from the type of mobility solution to the way in which the network / route will be operated. These solutions must achieve the objectives of the W2CL and comply with the W2CL Council Requirements. Suppliers will need to evidence how and why their proposed solutions achieve the W2CL Council Requirements, and demonstrate that collectively the solutions provide a complete, coherent and feasible concept which illustrates to the Council what a range of potential mobility solutions could be, how they can be delivered and how they could be operated.It is the Council’s intention to award the Contract to up to 3 Tenderers who achieve the highest score following evaluation. Full details of this process are described in the Council Requirements Organisations wishing to take part in this project are invited to 'express interest' which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.The estimated total value of the Contract is stated in II.1.5 of this notice Up to 3 tenderers will be awarded a Contract for Stage 1 at a value up to £25,000.00 each. Up to 2 tenderers will then be taken forward to Stage 2 with the potential additional value of up to £100,000.00 each.
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: £275,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
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.1.2) 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
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-027865
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 April 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 May 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home and follow the on-screen guidance In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system.This procurement process is a two stage process and you will only be invited to tender if you have been successful and shortlisted from the first stage, i.e. pre-qualification. If you wish to be considered you must complete and submit a completed Selection Questionnaire by the specified closing date and time. Submissions cannot be uploaded after this return deadline. Full guidance is provided in the Selection Questionnaire Explanatory Document.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term. Up to 3 tenderers will be awarded a Contract for Stage 1 at a value up to £25,000.00 each. Up to 2 tenderers will then be taken forward to Stage 2 with the potential additional value of up to £100,000.00 each. The Contract Period for this Contract is dependant on the Designer passing through the Stage gate process for an initial period of up to 12 months. There is then an option to extend up to a further 4 years. Therefore, the maximum duration of this Contract could be 5 years. The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Contract.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.
six.4.4) Service from which information about the review procedure may be obtained
Chief Legal Officer
Hertfordshire County Council County Hall
Hertford
SG13 8DE
Country
United Kingdom