Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344SA
procurement@warwickshire.gov.uk
Country
United Kingdom
NUTS code
UKG13 - Warwickshire
Internet address(es)
Main address
Buyer's address
www.warwickshire.gov.uk/procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, 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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Rugby Parkway Station Lead Design Consultant
Reference number
WCC - 10649
two.1.2) Main CPV code
- 71311000 - Civil engineering consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Warwickshire County Council (the Council) is seeking to appoint a Lead Designer (The Consultant) to progress proposals for a new railway station, Rugby Parkway, positioned on the HNR Northampton Loop.
The Council intends to procure the services of a design Consultant (the Consultant) to identify and develop options based around the feasibility/optioneering work carried out to date and to recommend a preferred single option. The Consultant will then develop the Council's selected option to the minimum level of design detail that will support a successful Planning Application and that secures Network Rail endorsement of a Preferred Option Selection Report (POSR) confirming no objections.
The POSR will be developed to a level of detail that is beyond GRIP 3 but less than generally submitted at GRIP 4 Approval in Principle. As part of this design process, a detailed Risk Workshop will be held and a Quantified Risk Assessment (QRA) carried out, so that key risks and appropriate mitigations are identified and the Council has a clear understanding of the likely cost of delivering the project.
The Consultant will act as Designer under the CDM Regulations for this stage of the design.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
two.2.4) Description of the procurement
Warwickshire County Council (the Council) is seeking to appoint a Lead Designer (The Consultant) to progress proposals for a new railway station, Rugby Parkway, positioned on the HNR Northampton Loop.
The Council intends to procure the services of a design Consultant (the Consultant) to identify and develop options based around the feasibility/optioneering work carried out to date and to recommend a preferred single option. The Consultant will then develop the Council's selected option to the minimum level of design detail that will support a successful Planning Application and that secures Network Rail endorsement of a Preferred Option Selection Report (POSR) confirming no objections.
The POSR will be developed to a level of detail that is beyond GRIP 3 but less than generally submitted at GRIP 4 Approval in Principle. As part of this design process, a detailed Risk Workshop will be held and a Quantified Risk Assessment (QRA) carried out, so that key risks and appropriate mitigations are identified and the Council has a clear understanding of the likely cost of delivering the project.
The Consultant will act as Designer under the CDM Regulations for this stage of the design.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
29 September 2021
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The Council does not anticipate the term of the agreement being extended but reserves the right to consider this option.
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
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.2) Time limit for receipt of tenders or requests to participate
Date
25 June 2021
Local time
1:00pm
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
Warwickshire County Council will be using its e-tendering system (In-Tend) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is: www.csw-jets.co.uk
Registration and use of In-Tend is free. Once registered, all correspondence for this procurement process must be via the in-tend correspondence function. However, if you are unable to register with the website please email us at procurement@warwickshire.gov.uk
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom