Section one: Contracting authority
one.1) Name and addresses
Liverpool City Council
4th Floor, Cunard Building
Liverpool
L3 1DS
Contact
Mr Neil Gaskell
neil.gaskell2@liverpool.gov.uk
Telephone
+44 1512330588
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Knowsley Borough Council
Huyton
customerservices@knowsley.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Sefton Borough Council
Bootle
Country
United Kingdom
NUTS code
UKD73 - Sefton
Internet address(es)
Main address
one.1) Name and addresses
Halton Borough Council
Widnes
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
https://www3.halton.gov.uk/Pages
one.1) Name and addresses
Wirral Borough Council
Wallasey
Country
United Kingdom
NUTS code
UKD74 - Wirral
Internet address(es)
Main address
one.1) Name and addresses
Merseytravel
Liverpool
communications@liverpoolcityregion-ca.gov.uk
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
https://www.merseytravel.gov.uk
one.1) Name and addresses
Merseyrail Electrics 2002 ltd
Liverpool
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
one.1) Name and addresses
Liverpool City Region Combined Authority
Liverpool
info@liverpoolcityregion-ca.gov.uk
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
https://www.liverpoolcityregion-ca.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://procontract.due-north.com/
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/
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
Highways Professional Services Framework
Reference number
DN561223
two.1.2) Main CPV code
- 71300000 - Engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is looking to procure a 4 year multi-lot framework agreement for Highways Professional Services. Estimated annual value of £10m.
The framework will be split into 7 lots based on specialisms, 5 of which will be split by project value
Lot 1 – Multi-Disciplinary Services
Lot 2 - Project Design Services, and Site Support.
2A – Projects over £25,000
2B – Projects under £25,000
Lot 3 – Health & Safety
3A – Projects over £25,000
3B – Projects under £25,000
Lot 4 – Programme & Project Management.
4A – Projects over £25,000
4B – Projects under £25,000
Lot 5 – Traffic Regulation Order Consultancy and Drafting Services
Lot 6 – Transport Planning Advice
6A – Projects over £25,000
6B – Projects under £25,000
Lot 7 – Cost & Commercial Consultancy
7A – Projects over £25,000
7B – Projects under £25,000
Suppliers can not apply for both A&B sublots under the main lots.
The procurement will be on Open Process.
Interested suppliers will be required to provide generic and Lot specific technical and quality questions and complete a rate card for pricing evaluation.
The framework will be open to:
• Liverpool City Council;
• St Helens Borough Council;
• Knowsley Borough Council;
• Sefton Borough Council;
• Halton Borough Council;
• Wirral Borough Council;
• Merseytravel;
• Merseyrail Electrics 2002 ltd;
• Liverpool City Region Combined Authority
The framework has a 1.5% rebate mechanism.
two.1.5) Estimated total value
Value excluding VAT: £40,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Multi-Disciplinary Services
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Scope:
Major schemes,
Maintenance works
Intelligent Transport Systems
Road Safety Audits
Environmental Works
Site investigations
Topographical services
Maximum no. of suppliers: 4
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 9
Quality criterion - Name: Resource Planning / Weighting: 6.5
Quality criterion - Name: Selection of People / Weighting: 6
Quality criterion - Name: Collaboration / Weighting: 9
Quality criterion - Name: Employment and Skills / Weighting: 9
Quality criterion - Name: Work Package Management / Weighting: 6
Quality criterion - Name: Benefits Realisation / Weighting: 6.5
Quality criterion - Name: Stakeholder Engagement / Weighting: 3
Quality criterion - Name: Added Value / Weighting: 15
Price - Weighting: 30
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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Project Design Services, and Site Support
Lot No
2
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Scope:
Site supervision of schemes
Managing works programmes
S38 & S278
Structural assessments, surveys and repairs
Drainage Work
Road Safety audits
Lot2A – Projects over £25,000 - Maximum no. of suppliers 4
Lot2B – Projects under £25,000 - Maximum no. of suppliers 4
Suppliers cannot apply for both A and B lots
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 9
Quality criterion - Name: Resource Planning / Weighting: 6.5
Quality criterion - Name: Selection of People / Weighting: 6
Quality criterion - Name: Collaboration / Weighting: 9
Quality criterion - Name: Employment and Skills / Weighting: 9
Quality criterion - Name: Work Package Management / Weighting: 6
Quality criterion - Name: Benefits Realisation / Weighting: 6.5
Quality criterion - Name: Stakeholder Engagement / Weighting: 3
Quality criterion - Name: Added Efficiency / Weighting: 15
Price - Weighting: 30
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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Health & Safety
Lot No
3
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Scope:
Site supervision of schemes
Managing works programmes
Sites inspections
CDM
Risk Assessments
Reviewing H&S submissions from 3rd parties
Lot3A – Projects over £25,000 - Maximum no. of suppliers 4
Lot3B – Projects under £25,000 - Maximum no. of suppliers 4
Suppliers cannot apply for both A and B lots
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 9
Quality criterion - Name: Resource Planning / Weighting: 6.5
Quality criterion - Name: Selection of People / Weighting: 6
Quality criterion - Name: Collaboration / Weighting: 9
Quality criterion - Name: Employment and Skills / Weighting: 9
Quality criterion - Name: Work Package Management / Weighting: 6
Quality criterion - Name: Benefits Realisation / Weighting: 6.5
Quality criterion - Name: Stakeholder Engagement / Weighting: 3
Quality criterion - Name: Co-ordination of H&S and CDM / Weighting: 15
Price - Weighting: 30
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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Programme & Project Management
Lot No
4
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Scope:
Managing contracts
Monitoring against programme
Preparing Business Cases
Lot4A – Projects over £25,000 - Maximum no. of suppliers 4
Lot4B – Projects under £25,000 - Maximum no. of suppliers 4
Suppliers cannot apply for both A and B lots
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 9
Quality criterion - Name: Resource Planning / Weighting: 6.5
Quality criterion - Name: Selection of People / Weighting: 6
Quality criterion - Name: Collaboration / Weighting: 9
Quality criterion - Name: Employment and Skills / Weighting: 9
Quality criterion - Name: Work Package Management / Weighting: 6
Quality criterion - Name: Benefits Realisation / Weighting: 6.5
Quality criterion - Name: Stakeholder Engagement / Weighting: 3
Quality criterion - Name: Programme Delivery / Weighting: 15
Price - Weighting: 30
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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Traffic Regulation Order Consultancy and Drafting Services
Lot No
5
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Scope:
Preparation of TROs
Reviewing existing TROs
Moving to a map based system
Maximum no. of suppliers: 4
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 9
Quality criterion - Name: Resource Planning / Weighting: 6.5
Quality criterion - Name: Selection of People / Weighting: 6
Quality criterion - Name: Collaboration / Weighting: 9
Quality criterion - Name: Employment and Skills / Weighting: 9
Quality criterion - Name: Work Package Management / Weighting: 6
Quality criterion - Name: Benefits Realisation / Weighting: 6.5
Quality criterion - Name: Stakeholder Engagement / Weighting: 3
Quality criterion - Name: TRO Improvements / Weighting: 15
Price - Weighting: 30
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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Transport Planning Advice
Lot No
6
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Scope:
Traffic modelling
Transport Impact Assessments
Review TIAs received as part of planning applications
Traffic surveys
Lot6A – Projects over £25,000 - Maximum no. of suppliers 4
Lot6B – Projects under £25,000 - Maximum no. of suppliers 4
Suppliers cannot apply for both A and B lots
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 9
Quality criterion - Name: Resource Planning / Weighting: 6.5
Quality criterion - Name: Selection of People / Weighting: 6
Quality criterion - Name: Collaboration / Weighting: 9
Quality criterion - Name: Employment and Skills / Weighting: 9
Quality criterion - Name: Work Package Management / Weighting: 6
Quality criterion - Name: Benefits Realisation / Weighting: 6..5
Quality criterion - Name: Stakeholder Engagement / Weighting: 3
Quality criterion - Name: Active Travel / Weighting: 15
Price - Weighting: 30
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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Cost and Commercial Consultants
Lot No
7
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
Scope:
Managing contract expenditure
Preparing contract documents
Advising on costs
Reviewing Compensation events
Lot7A – Projects over £25,000 - Maximum no. of suppliers 4
Lot7B – Projects under £25,000 - Maximum no. of suppliers 4
Suppliers cannot apply for both A and B lots
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 9
Quality criterion - Name: Resource Planning / Weighting: 6.5
Quality criterion - Name: Selection of People / Weighting: 6
Quality criterion - Name: Collaboration / Weighting: 9
Quality criterion - Name: Employment and Skills / Weighting: 9
Quality criterion - Name: Work Package Management / Weighting: 6
Quality criterion - Name: Benefits Realisation / Weighting: 6.5
Quality criterion - Name: Stakeholder Engagement / Weighting: 3
Quality criterion - Name: Should Cost Modelling / Weighting: 15
Price - Weighting: 30
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
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-018747
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 February 2022
Local time
12:55pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
7 February 2022
Local time
2:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Subject to the express written consent of the Framework Manager and subject to entering into an Access Agreement with the Employer, the following organisations are permitted to procure Works and Services under this Framework Agreement, which shall be subject to the terms and conditions of this Framework Agreement:
The framework agreement will be accessible by all of the following organisations based within the Liverpool Combined Authority Boundary:
• Liverpool City Council;
• St Helens Borough Council;
• Knowsley Borough Council;
• Sefton Borough Council;
• Halton Borough Council;
• Wirral Borough Council;
• Merseytravel;
• Merseyrail Electrics 2002 ltd;
• Liverpool City Region Combined Authority; and
• all and any subsidiaries, affiliated or associated joint-venture vehicles of those local authorities including Local Authority Trading Companies and Local Authority Housing Companies, Registered Providers of Social Housing including but not limited to a list of such Registered Providers of Social Housing. All educational establishments including, but not limited to, schools maintained by local authorities, Academies (as defined in the section 579(1)of the Education Act1996), City Technology Colleges, the Learning and skills Council, Colleges, Universities and other further education establishments. All Police Forces and other Emergency Services, including Fire and Rescue Services as defined in Section 1(2) of the Fire and Rescue Services Act 2004, the Maritime and Coastguard Agency and other Rescue Authorities.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand,
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom