Tender

Worcestershire County Council require professional services to support the delivery of an annual highway structures inspections

  • Worcestershire County Council

F02: Contract notice

Notice identifier: 2021/S 000-028376

Procurement identifier (OCID): ocds-h6vhtk-02f647

Published 12 November 2021, 4:11pm



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

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.uk/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 professional services to support the delivery of an annual highway structures inspections

Reference number

WCC 00002440

two.1.2) Main CPV code

  • 71311210 - Highways consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Worcestershire County Council is seeking the provision of professional services for annual highway structures management service, with the potential for Associated ServicesWork involves municipal, highways and transportation engineering, surveys and inspections but does not include any physical works.The contract requires a supplier who will bring their experience and innovative solutions to deliver added value. In order to achieve this we would expect our suppliers to: Deliver services to optimum time, quality and cost efficiency Demonstrate proactive shared ownership of projects/service deliveryDeliver continuous improvement founded upon agreed performance and benchmarking criteriaPromote and sustain an open, co-operative and business-like cultureIntegrate public and private sector skills in delivering servicesSupport the Authority's capability and promote core skills developmentCreate development opportunities for employeesThe contract will be a single supplier contract,

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311210 - Highways consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71320000 - Engineering design services
  • 71332000 - Geotechnical engineering services
  • 71312000 - Structural engineering consultancy services
  • 71311230 - Railway engineering services
  • 71336000 - Engineering support services
  • 71311220 - Highways engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311100 - Civil engineering support services
  • 71318000 - Advisory and consultative engineering services
  • 71322100 - Quantity surveying services for civil engineering works

two.2.3) Place of performance

NUTS codes
  • UKG12 - Worcestershire

two.2.4) Description of the procurement

Provision of professional consultancy support for structures, annual inspections and associated works.

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: £10,000,000

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

Start date

1 April 2022

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

Performance subject to meeting 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.1.2) 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

KPIs as stated within tender 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.2.7) 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.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom