Section one: Contracting authority
one.1) Name and addresses
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Contact
Procurement
Telephone
+44 1743252992
Country
United Kingdom
NUTS code
UKG22 - Shropshire CC
Internet address(es)
Main 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
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
DMNH 029 - Built Environment Consultancy Contract supporting the Built Environment, Placemaking, Highways and Transport
Reference number
DMNH 029
two.1.2) Main CPV code
- 71310000 - Consultative engineering and construction services
two.1.3) Type of contract
Services
two.1.4) Short description
Shropshire Council is procuring services to support its built environment, including placemaking, highways and transport. The Council is seeking a broad range of disciplines from a single provider or a consortium of providers. The services include strategic services to achieve the Council’s placemaking and economic development aims, advice on highway asset management and delivery and the provision of engineering design and other technical services. A key component of the contract is developing and operating a data and governance office (DGO) to manage the flow of information and decisions needed to achieve delivery at pace. The DGO will integrate into the Council’s wider management office plans to support the Place Directorate in its aims.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Shropshire CC
two.2.4) Description of the procurement
Shropshire Council is procuring services to support its built environment, including placemaking, highways and transport. The Council is seeking a broad range of disciplines from a single provider or a consortium of providers. The services include strategic services to achieve the Council’s placemaking and economic development aims, advice on highway asset management and delivery and the provision of engineering design and other technical services. A key component of the contract is developing and operating a data and governance office (DGO) to manage the flow of information and decisions needed to achieve delivery at pace. The DGO will integrate into the Council’s wider management office plans to support the Place Directorate in its aims.
The Consultant will support the projects needed to be awarded Government funding to support the placemaking and infrastructure requirements of the Council.
The contract will provide strategic and technical services including but not limited to:
-Highways and Transport Engineering Services;
-Placemaking and Economic Development;
-Major Projects;
-Data Management and Governance Support;
-Net Zero, Climate Change, and advice on Energy Transition;
-Planning; and
-Asset Management.
The value of the contract is estimated at £10m per annum. The Consultant will support the projects needed to be awarded Government funding to support the placemaking and infrastructure requirements of the Council. Full list of Services and CPVs is as follows:
71000000: Architectural, construction, engineering and inspection services
71300000: Engineering services
71310000: Consultative engineering and consultative services
71311210: Highway consultancy services
71311220: Highway engineering services
71311230: Railway engineering services
71313000: Environmental engineering services
71318000: Advisory and consultative services
71320000: Engineering design services
71324000: Quantity surveying services
71336000: Engineering support services
71311200: Transport systems consultancy services
71400000: Urban planning and landscape architectural services
71520000: Construction supervision services
71541000: Construction project management services
71600000: Technical testing, analysis and consultancy services
71800000: Consulting services for water supply and waste consultancy
72224000: Project management consultancy services
79400000-8: Business and management consultancy and related services
90700000: Environmental services
90712000: Environmental planning
90712400: Natural resources management or conservation strategy planning services
Together with any related services which maybe required during the contract term. The contract will commence on 1 April 2023 and is for an initial period of 5 years with the option to extend for 2 further periods of 2 years.
The Council, in its sole discretion, reserves the right to award the contract on the basis of initial tenders only, in accordance with Regulation 29(15) PCR 2015, and not to enter into any negotiations.
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: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Two extensions of two years duration may be awarded at the discretion of the Council taking into account performance against established performance metrics. This means the potential contract end date could be 31/03/2032.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
See Selection Questionnaire for Criteria
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
two.2.14) Additional information
The estimated value stated at II.2.6 is for the full duration of the contract including optional extensions.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See selection questionnaire
three.1.2) Economic and financial standing
List and brief description of selection criteria
See selection questionnaire
Minimum level(s) of standards possibly required
See selection questionnaire
three.1.3) Technical and professional ability
List and brief description of selection criteria
See selection questionnaire
Minimum level(s) of standards possibly required
See selection questionnaire
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See tender documentation.
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
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-006972
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 July 2022
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 July 2022
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: No
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5GW3YFK7X3
GO Reference: GO-2022617-PRO-20355867
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Telephone
+44 1743252992
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Shropshire Council
Shirehall
Shrewsbury
Country
United Kingdom