Section one: Contracting authority
one.1) Name and addresses
Warrington Borough Council
1 Time Square, Bewsey & Whitecross
Warrington
WA1 2NT
Contact
Mr Adam Graham
Telephone
+44 1925442205
Country
United Kingdom
NUTS code
UKD6 - Cheshire
Internet address(es)
Main address
Buyer's address
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
Transportation & Public Realm Consultancy Services Framework
Reference number
DN616350
two.1.2) Main CPV code
- 71311200 - Transport systems consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Warrington Borough Council is inviting tenders for a framework for the provision of a Transportation and Public Realm Consultancy Services Framework Contract 2018. The Framework will be for an initial period of two years for an option to extend for two twelve month periods.
Warrington Borough Council is procuring the framework on behalf of several other local authorities. These are Cheshire West and Chester Borough Council, Cheshire East Borough Council, Halton Borough Council, St Helens Borough Council, and Cheshire and Warrington Local Enterprise Partnership. The Councils do not guarantee any work through the framework.
The purpose of the framework is to provide the Councils with consultant support as and when required by the Councils.
The suggested framework value is provided as a guide only based on previous Warrington Borough Council frameworks.
Consultants support will be required for the following areas.
• Transport Policy and Programme Development
• Delivery of Minor Integrated Transport Schemes and Maintenance programmes
• Development of Major Transport Schemes
• Delivery of core service functions and initiatives
The type, scale and length of support will be specific to each task or work area, with the majority of work commissioned likely to be project or scheme based. However, it is also possible that in some circumstances a secondment arrangement will be considered more appropriate, on a full or part-time basis, for on-going areas of work or to cover for temporary staff shortages within Council teams
The importance of developing and maintaining a productive working relationship between the Councils and the Consultant will be given emphasis in the assessment process.
two.1.5) Estimated total value
Value excluding VAT: £22,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71311210 - Highways consultancy services
- 71311300 - Infrastructure works consultancy services
- 71313000 - Environmental engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKD6 - Cheshire
- UKD7 - Merseyside
two.2.4) Description of the procurement
The purpose of the framework is to provide the Councils with consultant support as and when required by the Councils.
Consultants support will be required for the following areas.
• Transport Policy and Programme Development
• Delivery of Minor Integrated Transport Schemes and Maintenance programmes
• Development of Major Transport Schemes
• Delivery of core service functions and initiatives
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
Duration in months
24
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
Envisaged maximum number of participants to the framework agreement: 4
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
19 July 2022
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 July 2022
Local time
12:30pm
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
Warrington Borough Council
1 Time Square
Warrington
WA1 2NT
Telephone
+44 1925442205
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Warrington Borough Council
1 Time Square
Warrington
WA1 2NT
Telephone
+44 1925442205
Country
United Kingdom