Tender

WCC - Traffic/Transport Modelling Framework

  • Warwickshire County Council
  • Coventry City Council

F02: Contract notice

Notice identifier: 2023/S 000-031148

Procurement identifier (OCID): ocds-h6vhtk-040e0e

Published 23 October 2023, 9:36am



Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall

Warwick

CV34 4RL

Email

procurement@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

procurement@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

www.coventry.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

https://in-tendhost.co.uk/csw-jets/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/csw-jets/aspx/Home

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

WCC - Traffic/Transport Modelling Framework

Reference number

WCC - 16647

two.1.2) Main CPV code

  • 63712710 - Traffic monitoring services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority (WCC) has been using Paramics modelling software (both S-Paramics and Paramics Discovery - hereinafter collectively referred to as 'Paramics') since 2001 to assess highway schemes, identify the likely impacts of development and to inform strategic transport assessments of Local Plan proposals for each of Warwickshire's five Districts and Boroughs:

• Warwick District;

• Nuneaton and Bedworth Borough;

• Rugby Borough;

• North Warwickshire Borough; and

• Stratford District.

WCC has a diverse suite of models covering each District and Borough in the County, ranging from simple corridor models to more complex wide-area models which are used to test the impacts of Local Plan allocations proposed by the District and Borough Councils.

Increasing demands on the Authority's modelling team, due to the pressures of maximising the potential of all funding opportunities through business case development for the Strategic Economic Plan/Local Growth Deal and other funding sources and the demands for support through the Local Plan process means less officer time can be spent on this task, a task which is essential to ensure the viability of the Model Revenue Fund (MRF) business model. Specialist external modelling support is therefore required to continue the development and maintenance of WCC models and to provide robust scheme and development assessments over the next 1-4 year period.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311200 - Transport systems consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

The Transport Modelling Support Contract will cover, but may not be limited to, three key areas of work:

1: Paramics Micro-simulation model development, maintenance, and support to ensure the Authority has the necessary tools to undertake assessments and maintain the Model Revenue Fund business model;

2: Paramics Micro-simulation modelling to support transport scheme appraisal, testing and analysis to support Major Scheme Business Case development; and

3: Local Plan and other Development Planning Paramics micro-simulation modelling and evidence support.

Whilst the value is stated at £3,000,000, this includes an inflationary value to cover any unforeseen additional requirements over the duration of the contract. The current estimated value (excluding VAT) of this Framework over the 4- year period without this is expected to be in the region of £2,000,000.

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: £3,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Contract will be renewed. This may be renewed before the Contract period expires (anytime in the next 4 years).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will run for an initial period of 12 months (1 year). The Council, at its sole discretion, can extend by further periods of up to, but not exceeding, 36 months (3 years).

The Framework therefore has a potential to run for a maximum period of 48 months (4 years).

two.2.14) Additional information

Warwickshire County Council will be using its e-tendering system (In-Tend) for the administration of this procurement process and providers must register with the system to be able to express an interest.

The web address is: https://in-tendhost.co.uk/csw-jets.

Registration and use of In-Tend is free. Once registered, all correspondence for this procurement process must be via the In-Tend correspondence function. However, if you are unable to register with the website please email us at procurement@warwickshire.gov.uk.


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: 2

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

21 November 2023

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

21 November 2023

Local time

12:05pm


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

London

Country

United Kingdom