Contract

Professional Consultancy Services for Planning, Design, Engineering and Place Services 2023

  • Somerset Council

F03: Contract award notice

Notice identifier: 2023/S 000-017745

Procurement identifier (OCID): ocds-h6vhtk-03718b

Published 22 June 2023, 9:46am



Section one: Contracting authority

one.1) Name and addresses

Somerset Council

County Hall

Taunton

TA1 4DY

Contact

Mr Mark Brown

Email

mark.brown@somerset.gov.uk

Telephone

+44 3001232224

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.supplyingthesouthwest.org.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

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

Professional Consultancy Services for Planning, Design, Engineering and Place Services 2023

Reference number

DN566991

two.1.2) Main CPV code

  • 71300000 - Engineering services

two.1.3) Type of contract

Services

two.1.4) Short description

The core of the services sought relate to a range of engineering, transportation, planning and related consultancy services to facilitate highways and transport delivery in Somerset.

A unitary Council will be created in Somerset from 1 April 2023 which will broaden the potential pipeline of place-based activity and infrastructure projects for which consultancy support may be required. This will be formed by combining Somerset County Council, Mendip District Council, Sedgemoor District Council, Somerset West and Taunton District Council and South Somerset District Council. These will form a single authority to be known as Somerset Council.

Project Provision - The Authority has a range of in-house resources to undertake much of their design, engineering requirements but has more limited resources for specialist activity such as transportation planning, traffic modelling, flood and water management and other specialist services. Support is required for these in-house resources on a call-off basis over a wide and diverse range of professional consultancy services with a core focus on highways and transportation but also including support from time to time for other place services.

Service Provision - From time-to-time the Authority may require the Supplier to provide embedded teams of suitably experienced staff to provide both statutory and non-statutory services. This could be one or more staff for a fixed period of time which could extend to several years or the term of the contract.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £10,000,000 / Highest offer: £30,000,000 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Form of Contract - This is an NEC3 Professional Services Contract - April 2013 Edition - using main Option G.

Commencement - The service commencement ‘starting date’ is 18 July 2023.

Duration - The contract duration will be for an initial period of 48 months, with the option to extend the contract up to two times by periods of up to 24 months. The exercise of the options to extend will be at the sole discretion of the Authority and shall depend, amongst other matters, on the appointed Suppliers performance.

Value - The estimated spend per annum on core services is estimated at around £2,000,000 to £3,000,000. The overall contract value including extensions is estimated at between £10,000,000-£30,000,000. Work will be placed through the contract through the issue of Task Orders by the Authority, there is no guarantee as to the minimum value of work that will be placed through the contract, the above figures are given as an estimation only.

The Authority through this contract is seeking consultancy support in two forms - 'Project' and 'Service' provision:

Project Provision - The Authority has a range of in-house resources to undertake much of their design, engineering requirements but has more limited resources for specialist activity such as transportation planning, traffic modelling, flood and water management and other specialist services. Support is required for these in-house resources on a call-off basis over a wide and diverse range of professional consultancy services with a core focus on highways and transportation but also including support from time to time for other place services.

Service Provision - In addition to the above, from time-to-time the Authority may require the Supplier to provide embedded teams of suitably experienced staff to provide both statutory and non-statutory services. This could be one or more staff for a fixed period of time which could extend to several years or the term of the contract.

Examples of the type of service that might be requested are resources to support or deliver the following but not limited to:

• Local Lead Flood Authority Responsibilities

• Highways Development Management, including overseeing the implementation and administration of legal agreements associated with developer led and third-party highway infrastructure delivery projects

• Highways Engineering Design

• Project Management

• Site Supervision

• Structures AIP

The full list of 'Core Consultancy Services' and associated consultant 'Job Roles' are set out in the procurement document entitled 'Volume 2 - Scope'.

Additional consultancy services and Job Roles may be required by the Authority during the term of the contract. The contract and documentation sets out how any additional services will be incorporated into the contract.

two.2.5) Award criteria

Quality criterion - Name: Quality - including Social Value criteria / Weighting: 60

Price - Weighting: 40

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.1.8) 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: 2022/S 000-027385


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 May 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

WSP UK Limited

WSP House, 70 Chancery Lane

London

WC2A 1AF

Telephone

+44 02073145000

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.wsp.com/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £10,000,000 / Highest offer: £30,000,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom