Opportunity

Highways Professional Services Framework

  • Liverpool City Council
  • Knowsley Borough Council
  • Sefton Borough Council
  • Halton Borough Council
  • Wirral Borough Council
Show 3 more buyers Show fewer buyers
  • Merseytravel
  • Merseyrail Electrics 2002 ltd
  • Liverpool City Region Combined Authority

F02: Contract notice

Notice reference: 2021/S 000-032258

Published 23 December 2021, 4:13pm



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Council

4th Floor, Cunard Building

Liverpool

L3 1DS

Contact

Mr Neil Gaskell

Email

neil.gaskell2@liverpool.gov.uk

Telephone

+44 1512330588

Country

United Kingdom

NUTS code

UKD7 - Merseyside

Internet address(es)

Main address

http://www.liverpool.gov.uk

Buyer's address

http://www.liverpool.gov.uk

one.1) Name and addresses

Knowsley Borough Council

Huyton

Email

customerservices@knowsley.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.knowsley.gov.uk/

one.1) Name and addresses

Sefton Borough Council

Bootle

Email

contact@sefton.gov.uk

Country

United Kingdom

NUTS code

UKD73 - Sefton

Internet address(es)

Main address

https://www.sefton.gov.uk

one.1) Name and addresses

Halton Borough Council

Widnes

Email

hdl@halton.gov.uk

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

Email

wirral@wirral.gov.uk

Country

United Kingdom

NUTS code

UKD74 - Wirral

Internet address(es)

Main address

https://www.wirral.gov.uk/

one.1) Name and addresses

Merseytravel

Liverpool

Email

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

Email

merseyrail@merseyrail.org

Country

United Kingdom

NUTS code

UKD7 - Merseyside

Internet address(es)

Main address

https://www.merseyrail.org

one.1) Name and addresses

Liverpool City Region Combined Authority

Liverpool

Email

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