Opportunity

SCC AM - Highways and Infrastructure Professional Services Contract

  • Surrey County Council

F02: Contract notice

Notice reference: 2021/S 000-026000

Published 18 October 2021, 5:44pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

Reigate

RH2 8EF

Contact

Ahad Miah

Email

ahad.miah@surreycc.gov.uk

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

www.surreycc.gov.uk

Buyer's address

https://supplierlive.proactisp2p.com

one.3) Communication

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

https://supplierlive.proactisp2p.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.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

SCC AM - Highways and Infrastructure Professional Services Contract

Reference number

PROJ1000060

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.1.5) Estimated total value

Value excluding VAT: £49,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71315200 - Building consultancy services
  • 71351220 - Geological 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

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: £49,500,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the contract term will be a maximum of 9 years. Initial contract term of 5 years and then 2 x 2 year optional extension periods thereafter.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Please refer to the Selection Questionnaire.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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 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.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The appointed supplier will be required to actively participate in the achievement of social and/or environmental objectives. Accordingly contract performance conditions will relate in particular to social, environmental or other corporate social responsibility considerations. Further details can be found in the procurement documents and the contract.


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

Date

23 November 2021

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 January 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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

Telephone

+44 2079477882

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