Tender

Gen5 Consult - Transport, Highways & Infrastructure Consultancy Framework

  • Hampshire County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-057209

Procurement identifier (OCID): ocds-h6vhtk-050770 (view related notices)

Published 17 September 2025, 10:24am



Scope

Reference

UN25128

Description

Hampshire County Council (HCC) is seeking to replace its existing Place, Connectivity & Infrastructure Professional Services Framework (ET14110) by establishing a new four-year multi-supplier Framework for the provision of specialist technical transportation and civil engineering professional services, together with infrastructure development and support services. The Framework aims to provide HCC with continued engineering infrastructure and development consultancy services and allows for provision for specialist technical transportation and engineering services.

The Framework includes but is not limited to the following technical professional services:

  • Transportation planning, transport assessment modelling;
  • Highways management and engineering, highway and structure design;
  • Safety audit, engineering and management;
  • Waste disposal infrastructure and development;
  • Transportation and civil engineering specialisms;
  • Flood and water management;
  • Railway and rapid transit infrastructure;
  • Ecological and environmental specialisms;
  • Sustainable and community integration.

The new Framework will be divided into nine separate lots. Lot A will deliver larger scale multi-disciplinary consultancy services and Lot B will be sub dividend into eight smaller-scale specialist consultancy services.

The Framework will be available to all Public Bodies within the geographical area of England (e.g. Local Authorities, NHS, Fire, Police, schools etc.), but predominantly those within the South East and South West regions. These public bodies shall be named as 'Participating Authorities' for the purposes of this Framework but Hampshire County Council shall remain the named lead 'Contracting Authority' for the purposes of this procurement and will retain overall control and ownership of the Framework. This Framework will be an NEC4 Framework Contract, with call-offs through the Framework using the NEC4 Professional Service Contract (PSC) and Professional Service Short Contract (PSSC).

Commercial tool

Establishes a framework

Total value (estimated)

  • £100,000,000 excluding VAT
  • £120,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 March 2026 to 28 February 2030
  • 3 years, 11 months, 30 days

Main procurement category

Services

CPV classifications

  • 71300000 - Engineering services
  • 71311200 - Transport systems consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71320000 - Engineering design services
  • 71330000 - Miscellaneous engineering services
  • 71356400 - Technical planning services
  • 71410000 - Urban planning services
  • 71500000 - Construction-related services

Contract locations

  • UKJ3 - Hampshire and Isle of Wight
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot constraints

Description of how multiple lots may be awarded:

Suppliers are permitted to bid for either Lot A or Lot B, but not both. There is no limit to the maximum number of Lot B's suppliers can be awarded.


Lot 1. A - Multi-Disciplinary

Description

  • Sustainable and accessible transport infrastructure planning services
  • Highways, Transportation, Civil and Structural engineering design services
  • Design and advice services under Section 278 and 38 of the Highways Act (1980)
  • Construction estimating, commercial and financial management services
  • Safety audit, engineering and management
  • Waste infrastructure and development design services
  • Flood and water management and drainage design services
  • Ecological and environmental services
  • Landscape architecture and design services
  • Sustainable and community integration strategic planning
  • Infrastructure technology strategy and design services
  • Intelligent traffic systems design and advice services
  • Building Information Modelling (BIM) services

Lot value (estimated)

  • £80,000,000 excluding VAT
  • £96,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. B1 - Engineering Design Specialisms

Description

  • Bridge and Structural inspections including masonry, reinforced concrete, post tensioned and steel structures
  • Infrastructure design services covering developments, minor and specialist street and transportation design services
  • Inclusive and Public Realm Design, including transport design services
  • 3D and BIM modelling and Visualisations and animations (for engagement purposes)
  • Flood and water management services including hydraulic modelling
  • LLFAs support and design services
  • Highways drainage design services including SuDs
  • Development drainage assessment services and design checking services
  • Design of small scale waste water treatment plants

Lot value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. B2 - Transport Planning Specialisms

Description

  • Active Travel and healthy streets, including walking and cycling design specialisms, Pedestrian wayfinding signage strategies and Urban area cycle network strategies
  • Accessible infrastructure and planning services including inclusive design, low traffic neighbourhoods and school streets
  • Future mobility planning services (including local mobility hubs, e-mobility solutions, electric vehicle charging etc.) and Low carbon approaches
  • Travel Data and Modelling including Walking and cycling data, Travel and journey modelling, Car parking data, Intelligent traffic data (including queue surveys), TAG Compliant traffic modelling and Real time journey information visualisations, business engagement
  • Planning including school travel planning, local travel plans and support
  • Business case development and Scheme economic appraisal including Cost Benefit Analysis services, Sustainability appraisals
  • Bid application preparations including DfT Full Business Case services, Specialist business case and funding bid support
  • Master planning services including Land use / spatial planning services
  • Associated general research services

Lot value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. B3 - Strategic Planning Specialism

Description

  • Planning application support services
  • Planning appeals support services
  • Town & Country planning Act support services
  • Strategic & spatial planning services
  • Developer and stakeholder engagement services

Lot value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. B4 - Environmental, Sustainability and Decarbonisation Specialisms

Description

  • Air quality zone modelling & assessment
  • Air quality, health and environmental research services (in the context of transport)
  • Modelling and advice services
  • Action plan support services (in the context of transport)
  • Vehicle emission modelling / simulation services
  • Sustainable travel and transport consultancy services & decarbonisation, including Carbon offsetting advice
  • Health impact surveys and assessments including noise monitoring
  • Waste management planning
  • Environmental audits and Socio-economic appraisals
  • Environmental survey, inspection and supervision services including Environmental Impact Assessment (EIA) and Strategic Environmental Assessment (SEA)

Lot value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 6. B5 - Ecological, Landscape & Arboriculture Specialisms

Description

  • Landscape design & management services
  • Arboriculture planting & management advice
  • Arboriculture surveys & assessments including TPO & felling advice
  • Arboriculture and landscape survey, inspection and supervision services
  • Ecological & habitat assessments and surveys
  • Ecological appraisals and Ecological Impact Assessments
  • Protected species surveys & assessment, for animals including but not limited to otters, bats, dormice, etc., or for birds
  • Ecological survey, inspection and supervision services

Lot value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 7. B6 - Advice and Community engagement for Active Travel Specialism

Description

  • Community engagement services for sustainable travel, such as surveys, school streets, community events
  • Applying behavioural change science for sustainable travel solutions
  • School engagement services for active travel including cycling and walking

Lot value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 8. B7 - Traffic Management, Traffic Order and Parking Consultancy

Description

  • Traffic Orders - drafting, consolidation, TRO reviews, variations and amendments
  • Digital TRO mapping - Interface with Traffic Order management software
  • Signs and lining reviews - including Parking, Speed Limits, Movement Restrictions
  • Parking reviews including On-road and Off-road parking and resident parking schemes
  • Moving Traffic Enforcement - development and delivery of schemes.
  • Low cost Traffic Management measures

Lot value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 9. B8 - Street Lighting Design Specialism

Description

  • Scoping/feasibility of street lighting projects
  • Preliminary and detailed design of lighting schemes, including drawings and schedules, to British and EU standards
  • Lighting designs to meet planning consent/conditions, including minimising impact on local ecology
  • S278 and S38 street lighting designs with accompanying PFI Certificate of Approval
  • Support PFI Street Lighting accrual process

Lot value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

2.5%

Framework operation description

  • Tenderers shall only be permitted to tender for either Lot A or Lot B, tenderers cannot bid for both. Those Tenderers applying to Lot B, can tender for 1 or more of the specialisms.
  • Lot A 'Multi-disciplinary Services' shall comprise a maximum of 3 large multi-disciplinary engineering professional services companies, for the provision of engineering services.
  • Lot B 'Specialist Services' shall comprise a maximum of 6 suppliers (varies from 3-6) for each of the specialisms for the provision of specialist consultative services.
  • Call-offs will be run by HCC who will act as the 'client' and by other Public Authorities who will be 'Participating Authorities'. To address any potential liability to HCC in this area, a Participating Authorities Agreement will be used between HCC and the Participating Authority.
  • Framework and Contract management will take place centrally in the Frameworks Team of Engineering Consultancy. This team will manage all requests for service, Orders and Call-Offs, manage any issues relating to Framework management and will manage payments to suppliers.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

The Framework will be available to all Public Bodies within the geographical area of England (e.g. Local Authorities, NHS, Fire, Police, schools etc.). These public bodies shall be named as 'Participating Authorities' for the purposes of this Framework but Hampshire County Council shall remain the named lead 'Contracting Authority' for the purposes of this procurement and will retain overall control and ownership of the Framework.

Contracting authority location restrictions

  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKE - Yorkshire and the Humber
  • UKI - London

Submission

Enquiry deadline

13 October 2025, 5:00pm

Tender submission deadline

22 October 2025, 2:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

2 January 2026


Award criteria

Lot 1. A - Multi-Disciplinary

This table contains award criteria for this lot
Name Description Type Weighting
Quality criterion 1 (Lot 1)

1) Cost Control - (14%)

2) Decision Making and Risk Management - (14%)

3) Technical Excellence - (18%)

4) Health, Safety and Wellbeing - (10%)

5) Climate Emergency and the Environment - (7%)

6) Society,...

Quality 70.00%
Price criterion 1 (Lot 1)

Grade 1 Apprentice / Jr. Technician / Entry level - 3%

Grade 2 Technician / Graduate - 3%

Grade 3 Consultant - 3%

Grade 4 Senior Consultant - 3%

Grade 5 Principal Consultant - 3%

Grade 6 Managing...

Price 30.00%

Lot 2. B1 - Engineering Design Specialisms

This table contains award criteria for this lot
Name Description Type Weighting
Quality criterion 1 (Lot 2)

1) Cost Control - (14%)

2) Decision Making and Risk Management - (14%)

3) Technical Excellence - (21%)

4) Health, Safety and Wellbeing - (11%)

5) Society, Community and Inclusion - (10%)

Quality 70.00%
Price criterion 1 (Lot 2)

Grade 1 Apprentice / Jr. Technician / Entry level - 3%

Grade 2 Technician / Graduate - 3%

Grade 3 Consultant - 3%

Grade 4 Senior Consultant - 3%

Grade 5 Principal Consultant - 3%

Grade 6 Managing...

Price 30.00%

Lot 3. B2 - Transport Planning Specialisms

This table contains award criteria for this lot
Name Description Type Weighting
Quality criterion 1 (Lot 3)

1) Cost Control - (14%)

2) Decision Making and Risk Management - (14%)

3) Technical Excellence - (21%)

4) Health, Safety and Wellbeing - (11%)

5) Society, Community and Inclusion - (10%)

Quality 70.00%
Price criterion 1 (Lot 3)

Grade 1 Apprentice / Jr. Technician / Entry level - 3%

Grade 2 Technician / Graduate - 3%

Grade 3 Consultant - 3%

Grade 4 Senior Consultant - 3%

Grade 5 Principal Consultant - 3%

Grade 6 Managing...

Price 30.00%

Lot 4. B3 - Strategic Planning Specialism

This table contains award criteria for this lot
Name Description Type Weighting
Quality criterion 1 (Lot 4)

1) Cost Control - (14%)

2) Decision Making and Risk Management - (14%)

3) Technical Excellence - (21%)

4) Health, Safety and Wellbeing - (11%)

5) Society, Community and Inclusion - (10%)

Quality 70.00%
Price criterion 1 (Lot 4)

Grade 1 Apprentice / Jr. Technician / Entry level - 3%

Grade 2 Technician / Graduate - 3%

Grade 3 Consultant - 3%

Grade 4 Senior Consultant - 3%

Grade 5 Principal Consultant - 3%

Grade 6 Managing...

Price 30.00%

Lot 5. B4 - Environmental, Sustainability and Decarbonisation Specialisms

This table contains award criteria for this lot
Name Description Type Weighting
Quality criterion 1 (Lot 5)

1) Cost Control - (14%)

2) Decision Making and Risk Management - (14%)

3) Technical Excellence - (21%)

4) Health, Safety and Wellbeing - (11%)

5) Society, Community and Inclusion - (10%)

Quality 70.00%
Price criterion 1 (Lot 5)

Grade 1 Apprentice / Jr. Technician / Entry level - 3%

Grade 2 Technician / Graduate - 3%

Grade 3 Consultant - 3%

Grade 4 Senior Consultant - 3%

Grade 5 Principal Consultant - 3%

Grade 6 Managing...

Price 30.00%

Lot 6. B5 - Ecological, Landscape & Arboriculture Specialisms

This table contains award criteria for this lot
Name Description Type Weighting
Quality criterion 1 (Lot 6)

1) Cost Control - (14%)

2) Decision Making and Risk Management - (14%)

3) Technical Excellence - (21%)

4) Health, Safety and Wellbeing - (11%)

5) Society, Community and Inclusion - (10%)

Quality 70.00%
Price criterion 1 (Lot 6)

Grade 1 Apprentice / Jr. Technician / Entry level - 3%

Grade 2 Technician / Graduate - 3%

Grade 3 Consultant - 3%

Grade 4 Senior Consultant - 3%

Grade 5 Principal Consultant - 3%

Grade 6 Managing...

Price 30.00%

Lot 7. B6 - Advice and Community engagement for Active Travel Specialism

This table contains award criteria for this lot
Name Description Type Weighting
Quality criterion 1 (Lot 7)

1) Cost Control - (14%)

2) Decision Making and Risk Management - (14%)

3) Technical Excellence - (21%)

4) Health, Safety and Wellbeing - (11%)

5) Society, Community and Inclusion - (10%)

Quality 70.00%
Price criterion 1 (Lot 7)

Grade 1 Apprentice / Jr. Technician / Entry level - 3%

Grade 2 Technician / Graduate - 3%

Grade 3 Consultant - 3%

Grade 4 Senior Consultant - 3%

Grade 5 Principal Consultant - 3%

Grade 6 Managing...

Price 30.00%

Lot 8. B7 - Traffic Management, Traffic Order and Parking Consultancy

This table contains award criteria for this lot
Name Description Type Weighting
Quality criterion 1 (Lot 8)

1) Cost Control - (14%)

2) Decision Making and Risk Management - (14%)

3) Technical Excellence - (21%)

4) Health, Safety and Wellbeing - (11%)

5) Society, Community and Inclusion - (10%)

Quality 70.00%
Price criterion 1 (Lot 8)

Grade 1 Apprentice / Jr. Technician / Entry level - 3%

Grade 2 Technician / Graduate - 3%

Grade 3 Consultant - 3%

Grade 4 Senior Consultant - 3%

Grade 5 Principal Consultant - 3%

Grade 6 Managing...

Price 30.00%

Lot 9. B8 - Street Lighting Design Specialism

This table contains award criteria for this lot
Name Description Type Weighting
Quality criterion 1 (Lot 9)

1) Cost Control - (14%)

2) Decision Making and Risk Management - (14%)

3) Technical Excellence - (21%)

4) Health, Safety and Wellbeing - (11%)

5) Society, Community and Inclusion - (10%)

Quality 70.00%
Price criterion 1 (Lot 9)

Grade 1 Apprentice / Jr. Technician / Entry level - 3%

Grade 2 Technician / Graduate - 3%

Grade 3 Consultant - 3%

Grade 4 Senior Consultant - 3%

Grade 5 Principal Consultant - 3%

Grade 6 Managing...

Price 30.00%

Other information

Payment terms

As per the Framework Agreement Terms and Conditions, a purchase order will be raised through our internal payment system and on receipt of a valid undisputed invoice, this will be paid within 30 days.

Description of risks to contract performance

Devolution/Local Government Reform

The government wants all remaining two-tier areas in England to be eventually restructured into single-tier unitary authorities and is termed Local Government Reform (LGR). This reorganisation is part of a broader devolution strategy to simplify local government structures, save public funds, and improve local accountability. It is anticipated, that during the life of this framework, the LGR process will commence and/or progress potentially impacting this framework and the call-off contracts awarded from it. Impacts most likely will include, novations of the legal entities you may contract with. There are assignment clauses within the framework agreement that allow us to assign, novate etc. the agreements to another body.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Hampshire County Council

  • Public Procurement Organisation Number: PBHM-7586-PWLP

High St, The Castle

Winchester

SO23 8UJ

United Kingdom

Contact name: Procurement Support

Email: Procurement.Support@hants.gov.uk

Website: https://www.hants.gov.uk

Region: UKJ36 - Central Hampshire

Organisation type: Public authority - sub-central government