Tender

A56 Streets for All Corridor Study

  • Trafford Council

F02: Contract notice

Notice identifier: 2022/S 000-007688

Procurement identifier (OCID): ocds-h6vhtk-0324a2

Published 22 March 2022, 11:23am



Section one: Contracting authority

one.1) Name and addresses

Trafford Council

4th Floor, Waterside House, Waterside Plaza

Sale

M33 7ZF

Contact

Mr Andrew Bottomley

Email

andrew.bottomley@star-procurement.gov.uk

Telephone

+44 1619121616

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.trafford.gov.uk/

Buyer's address

http://www.trafford.gov.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=faf576a9-80a4-ec11-8112-005056b64545

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/ProjectManagement/ProjectDashboard?projectId=faf576a9-80a4-ec11-8112-005056b64545

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