Opportunity

Framework Agreement for the Provision of Transport Technical Support Services

  • Sefton Council

F02: Contract notice

Notice reference: 2021/S 000-021937

Published 3 September 2021, 4:49pm



Section one: Contracting authority

one.1) Name and addresses

Sefton Council

1st Floor Magdalen House, Trinity Road

Bootle

L20 3NJ

Contact

Mrs Jane Taylor

Email

jane.taylor1@sefton.gov.uk

Telephone

+44 1519344282

Country

United Kingdom

NUTS code

UKD73 - Sefton

Internet address(es)

Main address

http://www.sefton.gov.uk/

Buyer's address

http://www.sefton.gov.uk/

one.3) Communication

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

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

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

Framework Agreement for the Provision of Transport Technical Support Services

Reference number

DN566885

two.1.2) Main CPV code

  • 71311200 - Transport systems consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is seeking to appoint suitable Provider(s) to a Framework for Transport Technical Services Support to deliver high quality and cost-effective provision of strategic transport schemes for Sefton.

It is therefore proposed to procure a service provider to assist in providing technical expertise and capability that is either not currently available or where there is insufficient staff resource within the Council. This is on the understanding that the services can be provided relatively quickly.

The Council also intend to appoint a reserve service provider.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

The Council is seeking to appoint suitable Provider(s) to a Framework for Transport Technical Services Support to deliver high quality and cost-effective provision of strategic transport schemes for Sefton.

The Council has recently submitted bids to the Department for Transport, through the Liverpool City Region Combined Authority for funding support for a range of schemes and projects. These include support for the development of two business cases, a five-year indicative bid from the City Region Sustainable Transport Settlement, capital support from the DfT Capability Fund and applications to the Levelling Up Fund for a number of projects. This is in addition to projects which are emerging as part of the successful Southport Town Fund bid.

These have enabled a programme of strategic transport schemes for Sefton to be developed and agreed with elected Members. These schemes are at various stages of development, but all will require detailed appraisal, development, design and supervision if they are to be funded and delivered. In addition, Sefton’s Local Plan has recently been adopted and there are significant emerging proposals for development of the key town centres of Bootle, Southport and Crosby, all of which will require a review of transport and access issues.

The Council does not have the capability or capacity to undertake all the elements of work involved in developing and delivering this programme of strategic transport investment and technical support and evidence gathering for the town centre development strategies. It is clear that with a significant number of projects all necessitating development within 2021/22 and 2022/23, there is some pressure on staff within the Strategic Transport Planning and Investment team and also the Highways Design and Development teams.

The required information in support of the process of securing funding is varied, depending largely on the specific requirements of each funding source. The process of scheme development and preparation of business cases frequently requires extensive data collection and review and specialised pieces of work utilising specific software packages, particularly in relation to economic costs and benefits. The Council does not have the resources to undertake such assessments and in order to be in a position to bid for City Region funding to invest in the Borough’s infrastructure we need to be able to call on these services, often at short notice.

Other services where the Council may need to procure assistance include traffic modelling, economic assessment, transport and access studies, review of planning related transport assessments, junction modelling and engineering design, wider economic impacts and contract supervision.

It is therefore proposed to procure a service provider to assist in providing technical expertise and capability that is either not currently available or where there is insufficient staff resource within the Council. This is on the understanding that the services can be provided relatively quickly.

The Council also intend to appoint a reserve service provider.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Following the core period 1st January 2022 to December 2023, there is an option to extend for two additional 12 month periods up to 2025.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Core Period of the Contract 1st January 2022 to 31st December 2023 with 2 x 12 month Extension Options

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: 2

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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 October 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

7 October 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The Council is seeking to award a contract from 01/01/2022 until 31st December 2023 with 2 x 12 months options to extend.

The contract will be re-procured at the time.

six.4) Procedures for review

six.4.1) Review body

Sefton Council - Legal Services

3rd Floor Magdalen House

Bootle

L20 3NJ

Country

United Kingdom