Tender

CSW/WCC - Shared Professional Services Consultancy Framework Contract

  • Warwickshire County Council
  • Coventry City Council
  • Solihull Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-028443

Procurement identifier (OCID): ocds-h6vhtk-037474

Published 10 October 2022, 3:14pm



The closing date and time has been changed to:

14 November 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall, Market Square

Warwick

CV34 4RL

Email

chrissimpson@warwickshire.gov.uk

Country

United Kingdom

Region code

UKG13 - Warwickshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.warwickshire.gov.uk

Buyer's address

www.warwickshire.gov.uk/procurement

one.1) Name and addresses

Coventry City Council

Coventry

Email

chrissimpson@warwickshire.gov.uk

Country

United Kingdom

Region code

UKG33 - Coventry

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.coventry.gov.uk/

one.1) Name and addresses

Solihull Metropolitan Borough Council

Solihull

Email

chrissimpson@warwickshire.gov.uk

Country

United Kingdom

Region code

UKG32 - Solihull

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.solihull.gov.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

www.csw-jets.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.csw-jets.co.uk

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

CSW/WCC - Shared Professional Services Consultancy Framework Contract

Reference number

WCC - 14582

two.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This is an opportunity for consultants with excellent experience and expertise to bring innovative solutions and added value to the provision of professional services and resources to three key West Midlands local authorities.

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71320000 - Engineering design services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 72224000 - Project management consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Professional Services Framework Contract will provide a resource to support a full range and scale of projects and disciplines, including (but not limited to) project and programme management, procurement and contract administration, flood risk management and engineering design.

These Shared Professional Services Consultancy Framework Contracts are procured through a joint process between Warwickshire County Council, Coventry City Council and Solihull Metropolitan Borough Council (the Consortium).

There is also an opportunity for other local authorities to join this consortium and these are as follows:

- Telford & Wrekin Council;

- Worcestershire County Council;

- Shropshire County Council;

- Dudley Metropolitan Borough Council;

- Herefordshire County Council;

- Sandwell Metropolitan Borough Council;

- Staffordshire County Council;

- Stoke-on-Trent City Council;

- Wolverhampton City Council;

- Walsall City Council;

- West Midlands Combined Authority;

- Birmingham City Council.

Please note that the value of £25,000,000 stated within this Contract Notice is the aspirational spend across the three Authorities, and any other stated Authority within this Contract Notice that may join the Framework. Please note that there is no guarantee of any work being placed through this Framework.

Whilst the amount stated above is aspirational, the estimated spend over the four year term within the Councils currently proposed to use the Framework from its establishment (WCC, SMBC, CCC) is closer to £16,000,000 based on previous activity. However, as stated above, this is only an estimate, and there is no guarantee of any work being placed through this Framework.

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: £25,000,000

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

Duration in months

48

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


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


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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

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

Originally published as:

Date

11 November 2022

Local time

12:00pm

Changed to:

Date

14 November 2022

Local time

12:00pm

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

11 November 2022

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

London

Country

United Kingdom