ESPO has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Leicestershire Transport and Land Use Planning and Modelling Consultancy Services – 3031/14 |
Notice type: | Contract Notice |
Authority: | ESPO |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Transport system consultancy services. Highways consultancy services. Systems consultancy Services. Leicestershire County Council is seeking to establish a framework agreement with several consultants for the provision of transport and land use planning and modelling consultancy advice. The prime purpose of the advice will be to support the Council in its use of its comprehensive transport model (“The Leicester and Leicestershire Integrated Transport Model” (LLITM)). In light of the different types of consultancy advice required by the Council, the framework will be divided into the following lots: Lot 1 - Operational Panel for LLITM Transport Models - This lot will require consultants to provide transport modelling and planning services and advice to Leicestershire County Council, its partners and other external bodies. The service will require the operation of the LLITM and provision of technical advice on its maintenance. In particular, consultants will be required to provide services in the following specialist software applications: • Highway Supply Model (Saturn) • Public Transport Supply Model (EMME) • Demand Model (EMME) • Environmental Analysis Suite (EASE) Lot 2 – Operational Panel for LLITM Land-Use Model (DELTA) - This lot will require consultants to provide services and advice on land-use modelling; assisting with the operation of the existing land-use model, and the creation and maintenance of such models through to the application on studies using the DELTA specialist software. Lot 3 – Comprehensive Transport Advisory Service and Support Panel - This lot will require consultants to provide comprehensive transport advice and support services. It is intended that three to five consultants will be appointed to each lot, however the number of consultants offered a place on the framework will depend in part upon the number and nature of bids received. Tenderers are invited to bid for one, several or all of these lots. Whilst predominantly for use by Leicestershire County Council, the framework will also be open for use by Leicester City Council, District Councils in Leicestershire and other relevant organisations approved and authorised by Leicestershire County Council to use or have access to the LLITM. Please note that although an e-Auction will not be used in establishing this framework, an e-Auction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the framework agreement. In order to express an interest in tendering, please email your request to: tenders@espo.org quoting ESPO reference number 3031/14. |
Published: | 21/01/2014 15:28 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Leicestershire County Council
c/o ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
Attn: tenders@espo.org
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Other: Local Authority Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Leicestershire Transport and Land Use Planning and Modelling Consultancy Services – 3031/14
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 11
Region Codes: UKF22 - Leicestershire CC and Rutland
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 2
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 2,000,000 and 5,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Transport systems consultancy services. Highways consultancy services. Systems consultancy services. Transport system consultancy services. Highways consultancy services. Systems consultancy Services. Leicestershire County Council is seeking to establish a framework agreement with several consultants for the provision of transport and land use planning and modelling consultancy advice. The prime purpose of the advice will be to support the Council in its use of its comprehensive transport model (“The Leicester and Leicestershire Integrated Transport Model” (LLITM)).
In light of the different types of consultancy advice required by the Council, the framework will be divided into the following lots:
Lot 1 - Operational Panel for LLITM Transport Models - This lot will require consultants to provide transport modelling and planning services and advice to Leicestershire County Council, its partners and other external bodies. The service will require the operation of the LLITM and provision of technical advice on its maintenance. In particular, consultants will be required to provide services in the following specialist software applications:
• Highway Supply Model (Saturn)
• Public Transport Supply Model (EMME)
• Demand Model (EMME)
• Environmental Analysis Suite (EASE)
Lot 2 – Operational Panel for LLITM Land-Use Model (DELTA) - This lot will require consultants to provide services and advice on land-use modelling; assisting with the operation of the existing land-use model, and the creation and maintenance of such models through to the application on studies using the DELTA specialist software.
Lot 3 – Comprehensive Transport Advisory Service and Support Panel - This lot will require consultants to provide comprehensive transport advice and support services.
It is intended that three to five consultants will be appointed to each lot, however the number of consultants offered a place on the framework will depend in part upon the number and nature of bids received. Tenderers are invited to bid for one, several or all of these lots.
Whilst predominantly for use by Leicestershire County Council, the framework will also be open for use by Leicester City Council, District Councils in Leicestershire and other relevant organisations approved and authorised by Leicestershire County Council to use or have access to the LLITM.
Please note that although an e-Auction will not be used in establishing this framework, an e-Auction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the framework agreement.
In order to express an interest in tendering, please email your request to: tenders@espo.org quoting ESPO reference number 3031/14.
II.1.6)Common Procurement Vocabulary:
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
72246000 - Systems consultancy services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
II.2.2)Options: Yes
If yes, description of these options: The framework agreement has the option to extend for up to a further 24 months. The total estimated values stated in Section II.1.4 include the option period.
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 08/04/2014
Completion: 07/04/2016
Information About Lots
Lot No: 1
Title: Operational Panel for LLITM for Transport Models
1)Short Description:
This lot will require consultants to provide transport modelling and planning services and advice to Leicestershire County Council, its partners and other external bodies. The service will require the operation of the LLITM and provision of technical advice on its maintenance. In particular, consultants will be required to provide advice on the following specialist software applications:
• Highway Supply Model (Saturn)
• Public Transport Supply Model (EMME)
• Demand Model (EMME)
• Environmental Analysis Suite (EASE)
Full details on Lots will be provided in the Invitation to Tender.
2)Common Procurement Vocabulary:
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
72246000 - Systems consultancy services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Full details on Lots will be provided in the Invitation to Tender.
Lot No: 2
Title: Operational Panel for LLITM Land-Use Model (DELTA)
1)Short Description:
This lot will require consultants to provide services and advice on land-use modelling; assisting with the operation of the existing land-use model and the creation and maintenance of such models, through to the application on studies using the DELTA specialist software. Full details on Lots will be provided in the Invitation to Tender.
2)Common Procurement Vocabulary:
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
72246000 - Systems consultancy services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Full details on Lots will be provided in the Invitation to Tender.
Lot No: 3
Title: Comprehensive Transport Advisory Service and Support Panel
1)Short Description:
This lot will require consultants to provide comprehensive transport advice and support services. Full details on Lots will be provided in the Invitation to Tender.
2)Common Procurement Vocabulary:
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
72246000 - Systems consultancy services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Full details on Lots will be provided in the Invitation to Tender.
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.
2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 30 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As detailed in Invitation to Tender
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Minimum Level(s) of standards possibly required:
As detailed in Invitation to Tender
III.2.3)Technical capacity
Technical capacity - means of proof required
Minimum Level(s) of standards possibly required:
As detailed in Invitation to Tender
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 3031/14
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 28/02/2014
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 07/03/2014
Time: 17:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days: 90
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=83765221
GO-2014121-PRO-5404633 TKR-2014121-PRO-5404632
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: ESPO on behalf of Leicestershire County Council, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 21/01/2014
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Organisations stated in Section II.1.5
further information contact ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Leicester: Transport systems consultancy services.
I.1)Name, Addresses and Contact Point(s):
Leicestershire County Council
c/o ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
Attn: tenders@espo.org
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Other: Local Authority Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Leicestershire Transport and Land Use Planning and Modelling Consultancy Services – 3031/14
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 11
Region Codes: UKF22 - Leicestershire CC and Rutland
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Transport systems consultancy services. Highways consultancy services. Systems consultancy services. Transport system consultancy services. Highways consultancy services. Systems consultancy Services. Leicestershire County Council is seeking to establish a framework agreement with several consultants for the provision of transport and land use planning and modelling consultancy advice. The prime purpose of the advice will be to support the Council in its use of its comprehensive transport model (“The Leicester and Leicestershire Integrated Transport Model” (LLITM)).
In light of the different types of consultancy advice required by the Council, the framework will be divided into the following lots:
Lot 1 - Operational Panel for LLITM Transport Models - This lot will require consultants to provide transport modelling and planning services and advice to Leicestershire County Council, its partners and other external bodies. The service will require the operation of the LLITM and provision of technical advice on its maintenance. In particular, consultants will be required to provide services in the following specialist software applications:
• Highway Supply Model (Saturn)
• Public Transport Supply Model (EMME)
• Demand Model (EMME)
• Environmental Analysis Suite (EASE)
Lot 2 – Operational Panel for LLITM Land-Use Model (DELTA) - This lot will require consultants to provide services and advice on land-use modelling; assisting with the operation of the existing land-use model, and the creation and maintenance of such models through to the application on studies using the DELTA specialist software.
Lot 3 – Comprehensive Transport Advisory Service and Support Panel - This lot will require consultants to provide comprehensive transport advice and support services.
It is intended that three to five consultants will be appointed to each lot, however the number of consultants offered a place on the framework will depend in part upon the number and nature of bids received. Tenderers are invited to bid for one, several or all of these lots.
Whilst predominantly for use by Leicestershire County Council, the framework will also be open for use by Leicester City Council, District Councils in Leicestershire and other relevant organisations approved and authorised by Leicestershire County Council to use or have access to the LLITM.
II.1.5)Common procurement vocabulary:
71311200 - Transport systems consultancy services.
71311210 - Highways consultancy services.
72246000 - Systems consultancy services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Lowest offer: 2,000,000 /Highest offer: 5,000,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality - 80
Price - 20
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 3031/14
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2014/S 16 - 24522 of 23/01/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 3031
V.1)Date Of Contract Award: 18/04/2014
V.2) Information About Offers
Number Of Offers Received: 14
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: AECOM Ltd
Postal address: 63 - 77 Victoria Street, St Albans
Town: St Albans
Postal code: AL1 3ER
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: David Simmonds Consultancy
Postal address: Suite 14 Millers Yard, Mill Lane
Town: Cambridge
Postal code: CB2 1RQ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
3: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Integrated Transport Planning Ltd
Postal address: 50 North Thirtheenth Street
Town: Milton Keynes
Postal code: MK9 3BP
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
4: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Jacobs
Postal address: Friars House, Manor House Drive
Town: Coventry
Postal code: CV1 2TE
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
5: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Systra Ltd
Postal address: 37a Waterloo Street
Town: Birmingham
Postal code: B2 5TJ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
6: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: WSP UK Ltd
Postal address: One Queens Drive
Town: Birmingham
Postal code: B5 4PJ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=96373780
GO-2014422-PRO-5622549 TKR-2014422-PRO-5622548
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 22/04/2014
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Organisations stated in Section II.1.4
further information contact ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom