Opportunity

Worcestershire County Council require the provision of professional services to support the delivery of highways and transportation services

  • Worcestershire County Council

F02: Contract notice

Notice reference: 2021/S 000-028357

Published 12 November 2021, 2:18pm



Section one: Contracting authority

one.1) Name and addresses

Worcestershire County Council

County Hall Spetchley Road

Worcester

WR5 2NP

Contact

Kim James

Email

kjames2@worcestershire.gov.uk

Country

United Kingdom

NUTS code

UKG12 - Worcestershire

Internet address(es)

Main address

http://www.worcestershire.gov.uk

one.3) Communication

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

http://www.in-tendhost.co.uk/worcestershire

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.in-tendhost.co.k/worcestershire

Tenders or requests to participate must be submitted to the above-mentioned address

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

Worcestershire County Council require the provision of professional services to support the delivery of highways and transportation services

Reference number

WCC 00002439

two.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Worcestershire County Council require professional services to support the delivery of highways and transportation services.The Services RequiredThe required outcome of this procurement is to deliver high quality, cost-effective highways and transportation professional services to the people served by Worcestershire County Council. The service areas may include but are not limited to: General design servicesProject Management / Quantity Surveying / Program Management / NEC4 Project Manager provisionGround investigation analysis and reportTransport modelling and business case development Transport planning servicesEcology sustainability appraisals Planning application supportPersonal travel planning deliveryFlooding – design, risk assessments, modelling, etc.Road safety auditsTraffic services, eg: flow surveys, control systemsStreet lighting design servicesS278 checks and Development Control supportTechnical Project Commissions

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

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
  • 71311100 - Civil engineering support services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71311210 - Highways consultancy services
  • 71311220 - Highways engineering services

two.2.3) Place of performance

NUTS codes
  • UKG12 - Worcestershire

two.2.4) Description of the procurement

Professional services to support the delivery of highways and transportation services

two.2.5) Award criteria

Quality criterion - Name: Quality Technical Ability and Social Value / Weighting: 40

Cost criterion - Name: Commercial / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

On performance subject to KPIs

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The contract conditions are set out in the Procurement Documents

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

As stated in the procurement documents


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: No

four.2) Administrative information

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

Date

16 December 2021

Local time

12:00pm

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

Spanish

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 December 2021

Local time

12:00pm


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

The Royal Courts of Justice

The Strand

London

WC2a 2LL

Country

United Kingdom