Awarded contract

Midlands Highways Alliance Plus (MHA+): Professional Services Partnership 4 (PSP4)

  • Leicestershire County Council (on behalf of Midlands Highways Alliance Plus) (MHA+)

F03: Contract award notice

Notice reference: 2023/S 000-026452

Published 7 September 2023, 11:43am



Section one: Contracting authority

one.1) Name and addresses

Leicestershire County Council (on behalf of Midlands Highways Alliance Plus) (MHA+)

County Hall, Leicester Road, Glenfield

Leicester

LE3 8RA

Contact

Mr Dave Kingston

Email

dave.kingston@leics.gov.uk

Telephone

+44 01163051490

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.eastmidstenders.org/index.html

Buyer's address

https://www.eastmidstenders.org/index.html

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

Midlands Highways Alliance Plus (MHA+): Professional Services Partnership 4 (PSP4)

Reference number

DN657261

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The PSP 4 Framework scope includes all services required for the execution of the design

and supervision of highway, civil and municipal engineering works.

The PSP 4 Framework Agreement is based upon the NEC 4 Framework Contract (June

2017), and is split into two lots, one for Consultancy Services and one for Temporary

Professional Staff & Secondments.

The Scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+

Members’ highways related requirements. This may be in relation to wider highway service

delivery as well as delivery of the capital works programme. The work may be packaged as

projects that cover complete scheme delivery or specific tasks or specialisms to enable

authorities to deliver a range of services, including major highway improvements, highway

maintenance and road safety projects, town centre regeneration schemes and transport

studies.

Typical services may involve, but not exclusively relate to: highway improvements, highway

maintenance, highway infrastructure works (including bridges, subways, culverts and

retaining walls), public realm works (town centre enhancements), drainage improvements,

canal works and other infrastructure works such as waste management facilities.

A more comprehensive list of services included within the framework scope is included at

Annex A of the Framework Information.

For the purposes of this tender process, Leicestershire County Council is acting as the Client

and the Contracting Authority on behalf of the Midlands Highway Alliance Plus (MHA+).

Once the Framework Agreement is awarded, any organisation who is a member of the MHA+

(this includes any organisation that may become a member during the Framework Term), will

be able to place an Order under it with a Framework Supplier. Each Order will create a

separate, stand-alone contract between the MHA+ Member who placed it and the Supplier.

Leicestershire County Council will have no liability except in relation to Orders which it

places itself.

Any member of the MHA+ will be eligible to place orders under this framework, A full, up to date list of MHA+ members can be found on the MHA+ website https://www.mhaplus.org.uk/about-us/membership/

The estimated total value of the framework (all Lots) is a range between £120,000,000 -

£950,000,000. The higher range of this value banding reflects forecasts based on all

extension options being taken and factoring in projected growth and estimated inflation.

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Lowest offer: £1,000 / Highest offer: £950,000,000 taken into consideration

two.2) Description

two.2.1) Title

Consultancy Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79410000 - Business and management consultancy services
  • 79420000 - Management-related services
  • 90710000 - Environmental management

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+

Members’ highways related requirements. This may be in relation to wider highway service

delivery as well as delivery of the capital works programme. The work may be packaged as

projects that cover complete scheme delivery or specific tasks or specialisms to enable

authorities to deliver a range of services, including major highway improvements, highway

maintenance and road safety projects, town centre regeneration schemes and transport

studies.

Suppliers must be capable of delivering all of the services set out in the Framework

Information , covering all specialisms / activities, for all regions that they have been awarded.

Orders in Lot 1 will be issued using the core clauses of either:

- NEC 4 Professional Services Short Contract (PSSC) (June 2017); or

- NEC 4 Professional Services Contract (PSC) (June 2017)

NEC 4 secondary option clauses (in particular the X clauses) are available for a Client to use

for specific Orders at the sole discretion of the individual Client.

two.2.5) Award criteria

Quality criterion - Name: Quality (including Social Value) / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement shall include options to extend for two periods of up to two years

each, up to a maximum of a further 4 years in total.

The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of

the Framework Agreement.

The criteria for extending the Framework end date will include, but not be limited to:

a) the value of the Orders placed does not exceed that stated in the Find a Tender Service

(FTS) notice;

b) The performance of the Suppliers

c) Suppliers have passed a further financial check consistent with the checks carried out at

the Selection Questionnaire stage of the framework tender process

d) the Framework is meeting the MHA+ Members’ requirements and procurement

strategies.

e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good

value for money for MHA+ Members.

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

Temporary Professional Staff & Secondments

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79410000 - Business and management consultancy services
  • 79420000 - Management-related services
  • 79600000 - Recruitment services
  • 90710000 - Environmental management

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of the PSP 4 Framework is broad and intended to cover all aspects of MHA+

Members’ highways-related requirements This may be in relation to wider highway service

delivery as well as delivery of the capital works programme.

Temporary professional staff or secondments are required to enable authorities to deliver a

range of services, including major highway improvements, highway maintenance and road

safety projects, town centre regeneration schemes and transport studies and may be drawn

from a variety of highway and transportation specialisms.

Suppliers must be capable of providing staff capable of delivering all services set out in the

Framework Information.

Orders in Lot 2 will be issued using the core clauses of the NEC 4 Professional Services Short

Contract (PSSC) (June 2017).

two.2.5) Award criteria

Quality criterion - Name: Quality (including Social Value) / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement shall include options to extend for two periods of up to two years

each, up to a maximum of a further 4 years in total.

The Framework Client reserves the right to extend both Lots, one Lot only, or neither Lot of

the Framework Agreement.

The criteria for extending the Framework end date will include, but not be limited to:

a) the value of the Orders placed does not exceed that stated in the Find a Tender Service

(FTS) notice;

b) The performance of the Suppliers

c) Suppliers have passed a further financial check consistent with the checks carried out at

the Selection Questionnaire stage of the framework tender process

d) the Framework is meeting the MHA+ Members’ requirements and procurement

strategies.

e) Benchmarking indicating that the Suppliers and Framework as a whole are providing good

value for money for MHA+ Members.

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

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 000-005187


Section five. Award of contract

Contract No

DN657261

Lot No

1

Title

Consultancy Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 July 2023

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Amey OW Ltd

Chancery Exchange, 10 Furnival Street,

London

EC4A 1AB

Country

United Kingdom

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

No

five.2.3) Name and address of the contractor

Aecom Ltd

Aldgate Tower, 2 Leman Street, United Kingdom,

London,

E1 8FA

Country

United Kingdom

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

No

five.2.3) Name and address of the contractor

WSP UK Ltd

Wsp House, 70 Chancery Lane,

London,

WC2A 1AF

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)

Lowest offer: £1,000 / Highest offer: £432,000,000 taken into consideration


Section five. Award of contract

Contract No

Temporary Professional Staff & Secondments

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 August 2023

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Waterman Aspen Ltd

Pickfords Wharf, Clink Street,

London,

SE1 9DG

Country

United Kingdom

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

No

five.2.3) Name and address of the contractor

Matchtech Group UK Ltd

1450 Parkway, Solent Business Park, Whiteley,

Fareham, Hampshire

PO15 7AF

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)

Lowest offer: £1,000 / Highest offer: £528,000,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom