Section one: Contracting authority
one.1) Name and addresses
Somerset County Council
County Hall
Taunton
TA1 4DY
Contact
Mr Mark Brown
Telephone
+44 3001232224
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=1c1a21d0-fc29-ed11-8119-005056b64545
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/Advert/Index?advertId=1c1a21d0-fc29-ed11-8119-005056b64545
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
Professional Consultancy Services for Planning, Design, Engineering and Place Services 2023
Reference number
DN566991
two.1.2) Main CPV code
- 71300000 - Engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
The core of the services sought relate to a range of engineering, transportation, planning and related consultancy services to facilitate highways and transport delivery in Somerset.
A unitary Council will be created in Somerset from 1 April 2023 which will broaden the potential pipeline of place-based activity and infrastructure projects for which consultancy support may be required. This will be formed by combining Somerset County Council, Mendip District Council, Sedgemoor District Council, Somerset West and Taunton District Council and South Somerset District Council. These will form a single authority to be known as Somerset Council.
Project Provision - The Authority has a range of in-house resources to undertake much of their design, engineering requirements but has more limited resources for specialist activity such as transportation planning, traffic modelling, flood and water management and other specialist services. Support is required for these in-house resources on a call-off basis over a wide and diverse range of professional consultancy services with a core focus on highways and transportation but also including support from time to time for other place services.
Service Provision - From time-to-time the Authority may require the Supplier to provide embedded teams of suitably experienced staff to provide both statutory and non-statutory services. This could be one or more staff for a fixed period of time which could extend to several years or the term of the contract.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 79416000 - Public relations services
- 79417000 - Safety consultancy services
- 79421000 - Project-management services other than for construction work
- 79994000 - Contract administration services
- 90711000 - Environmental impact assessment other than for construction
- 90712000 - Environmental planning
- 90713000 - Environmental issues consultancy services
- 90714000 - Environmental auditing
- 90742000 - Services related to noise pollution
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Form of Contract - This will be an NEC3 Professional Services Contract - April 2013 Edition - using main Option G. A single supplier (NEC 'Consultant') will be appointed through this procurement process
Commencement - The service commencement ‘starting date’ will be 18 July 2023.
Duration - The contract duration will be for an initial period of 48 months, with the option to extend the contract up to two times by periods of up to 24 months. The exercise of the options to extend will be at the sole discretion of the Authority and shall depend, amongst other matters, on the appointed Suppliers performance.
Value - The estimated spend per annum on core services is estimated at around £2,000,000 to £3,000,000. The overall contract value including extensions is estimated at between £10,000,000-£30,000,000. Work will be placed through the contract through the issue of Task Orders by the Authority, there is no guarantee as to the minimum value of work that will be placed through the contract, the above figures are given as an estimation only.
The Authority through this contract is seeking consultancy support in two forms - 'Project' and 'Service' provision:
Project Provision - The Authority has a range of in-house resources to undertake much of their design, engineering requirements but has more limited resources for specialist activity such as transportation planning, traffic modelling, flood and water management and other specialist services. Support is required for these in-house resources on a call-off basis over a wide and diverse range of professional consultancy services with a core focus on highways and transportation but also including support from time to time for other place services.
Service Provision - In addition to the above, from time-to-time the Authority may require the Supplier to provide embedded teams of suitably experienced staff to provide both statutory and non-statutory services. This could be one or more staff for a fixed period of time which could extend to several years or the term of the contract.
Examples of the type of service that might be requested are resources to support or deliver the following but not limited to:
• Local Lead Flood Authority Responsibilities
• Highways Development Management, including overseeing the implementation and administration of legal agreements associated with developer led and third-party highway infrastructure delivery projects
• Highways Engineering Design
• Project Management
• Site Supervision
• Structures AIP
The full list of 'Core Consultancy Services' and associated consultant 'Job Roles' are set out in the procurement document entitled 'Volume 2 - Scope'.
Additional consultancy services and Job Roles may be required by the Authority during the term of the contract. The contract and documentation sets out how any additional services will be incorporated into the contract.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
25 November 2022
Local time
12:00pm
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 November 2022
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
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom