Section one: Contracting authority
one.1) Name and addresses
Trafford Council
4th Floor, Waterside House, Waterside Plaza
Sale
M33 7ZF
Contact
Mr Andrew Bottomley
andrew.bottomley@star-procurement.gov.uk
Telephone
+44 1619121616
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Transport Related Study - TfGM
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
A56 Streets for All Corridor Study
Reference number
DN602668
two.1.2) Main CPV code
- 73000000 - Research and development services and related consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Assessment of the A56 corridor to develop design solutions to improve active travel and public transport improvements. This will require:
• Review of the Council’s summary of national policy and guidance to ensure that it is up-to-date and accurate.
• Development of a set of corridor objectives for the corridor.
• Utilising high-level transport modelling to illustrate the likely impacts of future planned development which may impact the route.
• Undertaking of site visits along the route to help gain an understanding of its current weaknesses and potential opportunities, from a pedestrian, cyclist and bus user’s point of view.
• A high-level assessment of the junctions / sections of the route and a high-level RAG scoring exercise.
• Development of a series of deliverable design solutions (to RIBA Stage 2) that meet the objectives of GM Streets for All, and provide value for money, for the route.
• A summary report which includes a high-level framework that sets out a series of overarching design principles for the route.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 73000000 - Research and development services and related consultancy services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
two.2.4) Description of the procurement
Assessment of the A56 corridor to develop design solutions to improve active travel and public transport improvements. This will require:
• Review of the Council’s summary of national policy and guidance to ensure that it is up-to-date and accurate.
• Development of a set of corridor objectives for the corridor.
• Utilising high-level transport modelling to illustrate the likely impacts of future planned development which may impact the route.
• Undertaking of site visits along the route to help gain an understanding of its current weaknesses and potential opportunities, from a pedestrian, cyclist and bus user’s point of view.
• A high-level assessment of the junctions / sections of the route and a high-level RAG scoring exercise.
• Development of a series of deliverable design solutions (to RIBA Stage 2) that meet the objectives of GM Streets for All, and provide value for money, for the route.
• A summary report which includes a high-level framework that sets out a series of overarching design principles for the route.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Quality criterion - Name: Social Value - Quantative / Weighting: 10
Quality criterion - Name: Social Value - Qualitative / Weighting: 10
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 May 2022
End date
30 November 2022
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
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
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 a single operator
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 April 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 March 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.4) Procedures for review
six.4.1) Review body
STAR Procurement
Sale, Waterside House
M33 7ZF
Country
United Kingdom