Section one: Contracting authority
one.1) Name and addresses
Surrey County Council
Woodhatch Place, 11 Cockshot Hill
Reigate
RH2 8EF
Contact
Gemma Wallace
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login
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 GW The Provision of Specialist Consultancy Services Framework
Reference number
RFX1000543
two.1.2) Main CPV code
- 71311210 - Highways consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
A Surrey County Council Framework for the provision of Specialist Consultancy Services to provide several professional and technical services across a broad range of activities to support the Environment, Infrastructure and Growth directorate which also includes Highways.
Lot 1 - Engineering & Surveys
Lot 2 - Environment
Lot 3 - Design, Planning and Regulation
Lot 4 - Evaluation and Feasibility Low Carbon and Energy Solutions
Lot 4A - New technologies evaluation and feasibility
Lot 4B - Decarbonisation proposals
Lot 4C - Electricity generation and storage
Lot 4D - Electricity grid connection support
Lot 5 - Commercial Services
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The framework permits a bidder to submit bids for up to two Lots and a can be awarded a maximum of two Lots.
Each Lot is considered one bid, with the exception is Lot 4 sub-Lots. Bidders can submit one or multiple bids for Lot 4 sub-Lots and this will be considered one bid, therefore bidders submitting multiple bids under Lot 4 can submit a bid for an additional Lot on the framework.
two.2) Description
two.2.1) Title
Lot 1 - Engineering & Surveys
Lot No
1
two.2.2) Additional CPV code(s)
- 34970000 - Traffic-monitoring equipment
- 34996100 - Traffic lights
- 50232200 - Traffic-signal maintenance services
- 71310000 - Consultative engineering and construction services
- 71311210 - Highways consultancy services
- 71323000 - Engineering-design services for industrial process and production
- 71324000 - Quantity surveying services
- 71353000 - Surface surveying services
- 71355000 - Surveying services
- 71621000 - Technical analysis or consultancy services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Lot 1 - Engineering & Surveys
-"Geotechnical survey, site investigations support services and testing (boreholes, samples etc)"
- Control networks surveys
- LiDAR and SONAR,
- Ground Penetrating Radar (GPR),
- UXO surveys,
- Remote camera surveys (typically drainage etc)
- Ariel surveys using drone/UAV services
- Rail track, tunnel and platform surveys
- High-Definition Scanning surveys for 3D modelling of rail stations, tunnels, bridges and buildings
- Tunnel to surface correlation surveys
- Material specialist testing/investigation (concrete/timber/steel)
- Structural assessments
- Measured building surveys
- Track and structure monitoring
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Environment
Lot No
2
two.2.2) Additional CPV code(s)
- 71311210 - Highways consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Lot 2 Environment
- Soil manufacture specification and assessments including BS3882
- Soil movement planning and advice,
- Assessments of failed landscape schemes
- Site investigations of soil drainage problems
- Site surveys for potential contamination risks
- Hydrogeology/hydrology
- Sediment assessments for use on land
- Wildflower Management
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Design, Planning and Regulation
Lot No
3
two.2.2) Additional CPV code(s)
- 71311210 - Highways consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Lot 3 - Design, Planning and Regulation
- Highways Design
- Highways Surveys
- Placemaking
- Transport Planning
- Transport modelling using OmniTRANs and/or VISSUM/VISSIM software
- Artworks and decorative installations for street furniture
- Road Safety Audits
- Visualisation, immersive design and Virtual Reality
- Planning Applications
- Development Consent Orders
- Technical Approval Authority
- CDM Principal Designer
- Temporary Works Design
- Traffic Management Design
- Traffic Regulation Orders
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Evaluation and Feasibility of Low Carbon and Energy Solutions
Lot No
4
two.2.2) Additional CPV code(s)
- 71311210 - Highways consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Lot 4 - Evaluation and Feasibility of Low Carbon and Energy Solutions
Lot 4a New technologies evaluation and feasibility
- Evaluation of energy data and systems performance and optimisation
- Evaluation of new technologies vs conventional
- Evaluation of new commercial energy opportunities including energy trading, dynamic pricing and demand optimisation
- District heating feasibility
Lot 4b Decarbonisation proposals
- Decarbonisation investment grade proposals/heat decarbonisation plans
- Design of low carbon heating systems
- Low carbon heating options feasibility studies
Lot 4c Electricity generation and storage
- Design work and optimisation studies for solar arrays
- Solar farm/ battery storage feasibility
- Communication and Engagement Specialists
Lot 4D Electricity grid connection support
- Grid connection consultancy support DNO upgrades
- Grid connection consultancy support for solar farms
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Commercial Services
Lot No
5
two.2.2) Additional CPV code(s)
- 71311210 - Highways consultancy services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Lot 5 - Commercial Services
- Provision of qualified and experienced Quantity Surveyors, cost planners and estimators on a time charge hourly basis
- Provision of qualified and experienced Quantity Surveyors, cost planners and estimators on a embedded secondment or project basis
- Identifying Project Cost Profile and potential savings,
- Commercial support for procurement projects
- Monitoring costs and budgets on active projects and advice on potential over / under spends
- Value for money benchmarking and analysis
Whole life costing of projects or schemes
Dispute Resolution
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
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
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 a single operator
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-012886
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 September 2024
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
2 July 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom