Tender

DMNH 029 - Built Environment Consultancy Contract supporting the Built Environment, Placemaking, Highways and Transport

  • Shropshire Council

F02: Contract notice

Notice identifier: 2022/S 000-016743

Procurement identifier (OCID): ocds-h6vhtk-0321d6

Published 17 June 2022, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Contact

Procurement

Email

procurement@shropshire.gov.uk

Telephone

+44 1743252992

Country

United Kingdom

NUTS code

UKG22 - Shropshire CC

Internet address(es)

Main address

www.shropshire.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Consultative-engineering-and-construction-services./5GW3YFK7X3

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Consultative-engineering-and-construction-services./5GW3YFK7X3

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

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Consultative-engineering-and-construction-services./5GW3YFK7X3

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:

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Consultative-engineering-and-construction-services./5GW3YFK7X3

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

Email

procurement@shropshire.gov.uk

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