Section one: Contracting authority
one.1) Name and addresses
Derbyshire County Council
County Hall
Matlock
DE4 3AG
Contact
Mr George Davies
george.davies@derbyshire.gov.uk
Telephone
+44 1629535453
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=bc28be76-e760-ed11-811b-9f38301b3091
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/Advert/Index?advertId=bc28be76-e760-ed11-811b-9f38301b3091
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
PLACE220 Professional Services
Reference number
DN639423
two.1.2) Main CPV code
- 71400000 - Urban planning and landscape architectural services
two.1.3) Type of contract
Services
two.1.4) Short description
Derbyshire County Council wishes to enter into a contract with a single consultancy organisation (or group of operators) to provide professional services to support the Council to deliver of its investment programmes in its highways, transport and environmental infrastructure. The services required cover a broad range of disciplines, across the full project lifecycle from development of business cases through to detailed design and site supervision of projects. Further details can be found in the Scope available on the Proactis Tender Portal.
The Client intends to use the new contract as its default route to market for professional services in this sector although may use other sources in limited circumstances. The estimated value of the services required is approximately £8M per annum but this is subject to future funding arrangements and other factors, and accordingly the Council can make no guarantee of actual spend. The term of the contract will be for an initial period of 6 years commencing in summer 2023, which may be extended by a further 4 years (in any combination) at the Client’s discretion to a maximum period of 10 years.”
Access to utilise this contract is extended to the following• "District Councils” Amber Valley Borough Council, Bolsover District Council, Chesterfield Borough Council, Derbyshire Dales District Council, Erewash Borough Council, High Peak Borough Council, North East Derbyshire District Council, Derby City Council and South Derbyshire District Council. “District Council” will mean any one of them;
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90700000 - Environmental services
- 71200000 - Architectural and related services
- 71600000 - Technical testing, analysis and consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 71520000 - Construction supervision services
- 71510000 - Site-investigation services
- 71313000 - Environmental engineering consultancy services
- 71336000 - Engineering support services
- 71312000 - Structural engineering consultancy services
- 71318000 - Advisory and consultative engineering services
- 71324000 - Quantity surveying services
- 72224000 - Project management consultancy services
- 71541000 - Construction project management services
- 71311210 - Highways consultancy services
- 71311200 - Transport systems consultancy services
- 71311220 - Highways engineering services
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
Derbyshire County Council wishes to enter into a contract with a single consultancy organisation (or group of operators) to provide professional services to support the Council to deliver of its investment programmes in its highways, transport and environmental infrastructure. The services required cover a broad range of disciplines, across the full project lifecycle from development of business cases through to detailed design and site supervision of projects. Further details can be found in the Scope available on the Tender Portal.
The Client intends to use the new contract as its default route to market for professional services in this sector although may use other sources in limited circumstances. The estimated value of the services required is approximately £8M per annum but this is subject to future funding arrangements and other factors, and accordingly the Council can make no guarantee of actual spend. The term of the contract will be for an initial period of 6 years commencing in summer 2023, which may be extended by a further 4 years (in any combination) at the Client’s discretion to a maximum period of 10 years.”
two.2.5) Award criteria
Cost criterion - Name: Cost / Weighting: 30
Cost criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Social Value / Sustainability / Weighting: 10
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
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
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
19 December 2022
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Derbyshire County Council
Matlock
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
DCC
Matlock
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Revised Wording for Lodging of Appeal as agreed by Legal Services July 2016 to be used on OJEU notices
Derbyshire County Council will operate a minimum 10 (or 15 calendar day if non-electronic or fax methods used) standstill period at the point information on the award of the contract is communicated to the relevant economic operators. Debriefing by the Council shall be in accordance with the Public Contracts Regulation 2015 (as amended) (the Regulations). Such information should be requested from the addressee in Section 1.1. If an appeal regarding the award of the contract has not been successfully resolved the Regulations provide for the aggrieved parties who are of the opinion that they have been harmed or are at risk of harm by a breach of the Regulations, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought as soon as possible.