Section one: Contracting authority
one.1) Name and addresses
HAMPSHIRE COUNTY COUNCIL
The Castle
WINCHESTER
SO238UJ
Contact
ETE (Highways & Transport)
procurement.partners@hants.gov.uk
Country
United Kingdom
NUTS code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/hampshire
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/hampshire/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/hampshire/aspx/Home
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
Place, Connectivity and Infrastructure Professional Services Collaborative Framework 2022 - 2026
Reference number
ET14110
two.1.2) Main CPV code
- 71300000 - Engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
The Place, Connectivity and Infrastructure Professional Services Collaborative Framework 2022 - 2026 (PCI) is designed to provide Hampshire County Council with multi-disciplinary and specialist professional services in the fields of transportation, civil engineering, infrastructure and economic growth.
Although Hampshire County Council are the Client and the PCI will be managed by Hampshire County Council, other Authorities can call off services from this Framework via Hampshire County Council on a Participating Authority agreement basis.
This Framework shall operate for 4 years from 1 March 2022 to 28 February 2026 and will be for the provision of multi-disciplinary and specialist professional services in Hampshire and other geographical areas within England. Whilst the upper estimated threshold for the contract is £100,000,000 over the 4-year life of the Framework, across both Lot A and Lots B1-B10, there is no guarantee of any services being awarded. It is however envisaged that the annual throughput could be in the region of £11,000,000 per annum. The throughput will depend on variables such as available funding and use of the Framework by other Authorities.
The overarching conditions of contract for the Framework will be the NEC4 Framework Contract. All call-off contracts shall be awarded in accordance with the Selection & Quotation Procedures as outlined in Section 10 (Lot A) and Section 15 (Lots B1-B10) of the Framework Contract.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
two.2) Description
two.2.1) Title
Lot A: Multi-Disciplinary Services
Lot No
1
two.2.2) Additional CPV code(s)
- 71311200 - Transport systems consultancy services
- 71313000 - Environmental engineering consultancy services
- 71320000 - Engineering design services
- 71330000 - Miscellaneous engineering services
- 71356400 - Technical planning services
- 71410000 - Urban planning services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
This Lot A is for the procurement of large scale, multi-disciplinary transportation, civil engineering and environmental professional services. The range of services include individual commissions in the following fields:
• Sustainable and accessible transport infrastructure planning;
• Highways, Transportation, Civil and Structural engineering design;
• Design and advice services under Section 278 and 38 of the Highways Act (1980);
• Construction estimating, commercial and financial management;
• Safety audit, engineering and management;
• Waste infrastructure and development design;
• Flood and water management and drainage design;
• Ecological and environmental services;
• Landscape architecture and design;
• Sustainable and community integration strategic planning;
• Infrastructure technology strategy and design;
• Intelligent traffic systems design and advice services;
• Building Information Modelling (BIM) services.
The current proposals are for a four-year multi-supplier framework, with Lot A covering all public authorities within the geographical area of England. Whilst the upper estimated threshold for Lot A of the Framework is GBP 80,000,000 over the 4-year life of the Framework, there is no guarantee of any services being procured. Lot A shall cover all Participating Authorities within the geographical area of England (not including Scotland, Ireland or Wales).
For the list of Participating Authorities, please click the link or copy and paste the link below into your web browser:
The Framework shall be priced using a Price List, which is to be submitted as part of the tender return. All call-off contracts shall be awarded via a mix of Direct Award and Mini-competitions.
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: £80,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Highest scoring Tenderers- Maximum number of suppliers permitted on the Framework for Lot A
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lots B1 - B10: Specialist Services
Lot No
2
two.2.2) Additional CPV code(s)
- 71313000 - Environmental engineering consultancy services
- 71320000 - Engineering design services
- 71330000 - Miscellaneous engineering services
- 71356400 - Technical planning services
- 71410000 - Urban planning services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
These Lots B1-B10 are for the procurement of small scale, specialist transportation, civil engineering and environmental professional services. The range of services include individual commissions in the following fields:
• Transport Planning Specialisms;
• Business Case and Economic Strategy Development;
• Travel Data and Modelling;
• Air Quality and Decarbonisation;
• Strategic Planning;
• Engineering Design Specialisms;
• Flood Water Management and Drainage Design;
• Ecological Services;
• Environmental and Sustainability Services;
• Landscape and Arboriculture Services
The current proposals are for a four-year multi-supplier framework, with Lots B1-B10 covering all public authorities within the whole South East and South West regions of England. Whilst the upper estimated threshold for Lots B1 - B10 of the Framework is GBP 20,000,000 over the 4-year life of the framework, there is no guarantee of any services being procured. Lots B1 - B10 shall cover all Participating Authorities within the South East and South West regions of England.
For the list of Participating Authorities, please click the link or copy and paste the link below into your web browser:
The Framework shall be priced using a Price List, which is to be submitted as part of the tender return. All call-off contracts shall be awarded via a mix of Direct Award and Mini-competitions.
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Highest scoring Tenderers- Maximum number of suppliers permitted on the Framework for Lots B1-B10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Lots B1-B10 'Specialist Services' shall comprise 5 suppliers for each of the specialisms, with the exception of B8 where there will be a maximum of 8 suppliers.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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: 2020/S 242-600236
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 August 2021
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 September 2021
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Interested parties should register their interest in the project via the In-Tend website https://in-tendhost.co.uk/ Hampshire and submit their selection questionnaire (SQ) by 14.00 13 August 2021. Clarifications regarding the SQ must be submitted via In-Tend by 17.00 03 August 2021. How to obtain Invitation to Tender (ITT) documents In order to view the tender advert and ITT documentation, please go to https://in-tendhost.co.uk/hampshire/ aspx/ The ITT documents can be accessed, only when logged into In-Tend. If you are an existing supplier, please log into the system. If you are a new supplier, please make sure you register your company as an initial step on the In-Tend Website. Select the tab 'Tenders' then select 'Current'. Search for the reference number on the left-hand side of the page and press enter. The tender advert will now be visible. To view the ITT documents, click the 'View Details' button. This will take you to a new screen, please click the express Interest button. Once in the tender there are 5 tabs; 'Tender', 'ITT - documents', 'Correspondence', 'Clarifications' and 'History'. Select the second tab (ITT docs) where you will find useful information under 'Tender Details'. Continue to scroll down to the heading 'Tender Documents Received' where you will be able to view/download the documents. Opting in and out: Please note you are required to 'Opt In' before you can access the 'My Tender Return' to start populating your response. The 'Opt Out' functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring that you no longer wish to receive any further communication in relation to this tender along with the opportunity of providing feedback and comments for this decision. You may amend your decision to 'Opt In or Out' at any time during the tender process. Further guidance: In addition, guidance on how to participate in a tender - download and upload documents/returns and, if required, register your company (free of charge), can be found on the In-Tend website under the 'Help' or' Information for Suppliers' buttons. Receiving notification emails. To ensure you receive email alerts and notifications from our system, please add the email domain '@intend.co.uk' to your safe senders list.
For the list of Participating Authorities, please see the link below: https://documents.hants.gov.uk/PlaceConnectivity-InfrastructureFramework-ParticipatingAuthoritiesListFinal.pdf
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom