Awarded contract

SCC AM Highways and Infrastructure Professional Services Contract

  • Surrey County Council

F03: Contract award notice

Notice reference: 2022/S 000-018026

Published 1 July 2022, 12:52pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

Woodhatch Place, 11 Cockshot Hill

Reigate

RH2 8EF

Contact

Rob Davis

Email

robert.davis@surreycc.gov.uk

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://www.surreycc.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

SCC AM Highways and Infrastructure Professional Services Contract

Reference number

DN1379

two.1.2) Main CPV code

  • 71311210 - Highways consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

As a Highway Authority Surrey County Council (the Client) delivers maintenance and improvements to the highways as part of its requirement to make Surrey County a prosperous place.

The needs of the network and budgets available are ever changing, and professional service contract needs to be a flexible arrangement to make sure that the Client delivers its' needs to maintain and improve the network and deliver both improvement and maintenance works on time and to budget. The Consultant needs to be highly innovative to help the Client meet these needs.

The Client requires a professional highways consultancy service in relation to development proposals for all relevant Client schemes, including dealing with Local Planning Authorities, Highways Authorities and other consultees.

The service consists of an infrastructure and asset management design, maintenance, and improvement service for the Client.

The extent of service to be delivered through this contract is determined on value for money, complexity, capability, reputational risk, and quality of the service. It is in the Consultant's continuing interests to demonstrate that this contract is the best option for the Client.

The service does not include construction works but may involve related professional services.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £51,480,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71351220 - Geological consultancy services
  • 71311210 - Highways consultancy services
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Surrey

two.2.4) Description of the procurement

Consultants may be requested to develop or undertake the following (but not limited to) types of schemes or elements of the services during the term of this contract:

• Design, contract preparation and site supervision of Bridges and Structures, maintenance and strengthening schemes;

• Design of Carriageway Structural Maintenance, including carriageway reconstruction, resurfacing and drainage improvements;

• Design for the maintenance, replacement and strengthening of Bridges and other structures including culverts and retaining walls and embankments;

• Design for the improvement, maintenance and replacement of drainage infrastructure and systems both on and off highway;

• Design of Road Restraint Systems (Vehicle and pedestrian);

• CDM Regulations 2015;

• Cycle infrastructure, including route assessments, design and facility improvement schemes;

• Drainage Strategy and Design;

• Development Management, Statutory Highways and Transportation Consultee;

• Accident Investigation and Prevention and Route Safety Schemes;

• Geotechnical advice, Geotechnical surveys, Ground radar surveys, Ground Infiltrations testing, Asbestos survey and testing;

• Hydrogeology and hydrology, Contaminated Land-related Advice;

• Highways and infrastructure improvement schemes, including junction improvements,

Public Transport Improvements and public realm schemes, including 20mph Zones, Traffic Calming and Town/Village Centre Enhancements;

• Highways and infrastructure structures and Geotechnical Asset Inspection and assessment;

• Infrastructure Technical Design, including drainage and flooding;

• Highway structures and Geotechnical Asset inspection and assessment;

• Land agent services;

• Local Transport Plan Design;

• Public Consultation and public engagement services;

• Project Management

• Quantity Surveying;

• Road safety audits and Road space audits and parking related client support;

• Risk assessment for the design of road restraint systems on Local Authority Roads;

• Safer routes to school and school safety zones schemes, including footway improvements and crossing facilities;

• Strategic Transport Schemes;

• Technical assessments and approvals;

• Transport and Civils Projects;

• Traffic Management;

• Traffic Modelling;

• Traffic Signals schemes;

• Traffic Surveys;

• Secondment of staff into the Council's premises, acting under direct instruction from the Council, in delivering any of the above Service Streams;

• Supporting the Section 278 and Section 38 agreement process;

• Waste sampling and testing for disposal to landfill.

Additionally, consultants may be required to provide support for the following Maintenance and Improvement Schemes, specifically including design services:

• Highway improvements;

• Highway structures;

• Safety fencing;

• Traffic calming;

• Footway and cycleway construction;

• Carriageway construction;

• Road bridges and structures;

• Street lighting;

• Traffic signals.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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

This Contract will be accessible to other departments and other local authorities. To access this contract, local authorities are required to contract through Surrey County Council.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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: 2021/S 000-026000


Section five. Award of contract

Title

SCC AM Highways and Infrastructure Professional Services Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 June 2022

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: 3

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

Atkins Limited

Epsom

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £51,480,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any appeals should be promptly brought to the attention of the Executive Director of ETI of the Council at the address specified in Section I) above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time-scales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.