Shropshire Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | DMNH 029 - Built Environment Consultancy Contract supporting the Built Environment, Placemaking, Highways and Transport |
Notice type: | Contract Notice |
Authority: | Shropshire Council |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Shropshire Council is procuring services to support its built environment, including placemaking, highways and transport. The Council is seeking a broad range of disciplines from a single provider or a consortium of providers. The services include strategic services to achieve the Council’s placemaking and economic development aims, advice on highway asset management and delivery and the provision of engineering design and other technical services. A key component of the contract is developing and operating a data and governance office (DGO) to manage the flow of information and decisions needed to achieve delivery at pace. The DGO will integrate into the Council’s wider management office plans to support the Place Directorate in its aims. |
Published: | 17/06/2022 17:00 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
Contact: Procurement
Main Address: www.shropshire.gov.uk
NUTS Code: UKG22
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Consultative-engineering-and-construction-services./5GW3YFK7X3
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Consultative-engineering-and-construction-services./5GW3YFK7X3 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Consultative-engineering-and-construction-services./5GW3YFK7X3
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: DMNH 029 - Built Environment Consultancy Contract supporting the Built Environment, Placemaking, Highways and Transport
Reference Number: DMNH 029
II.1.2) Main CPV Code:
71310000 - Consultative engineering and construction services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Shropshire Council is procuring services to support its built environment, including placemaking, highways and transport. The Council is seeking a broad range of disciplines from a single provider or a consortium of providers. The services include strategic services to achieve the Council’s placemaking and economic development aims, advice on highway asset management and delivery and the provision of engineering design and other technical services. A key component of the contract is developing and operating a data and governance office (DGO) to manage the flow of information and decisions needed to achieve delivery at pace. The DGO will integrate into the Council’s wider management office plans to support the Place Directorate in its aims.
II.1.5) Estimated total value:
Value excluding VAT: 100,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71000000 - Architectural, construction, engineering and inspection services.
II.2.3) Place of performance:
UKG22 Shropshire CC
II.2.4) Description of procurement: Shropshire Council is procuring services to support its built environment, including placemaking, highways and transport. The Council is seeking a broad range of disciplines from a single provider or a consortium of providers. The services include strategic services to achieve the Council’s placemaking and economic development aims, advice on highway asset management and delivery and the provision of engineering design and other technical services. A key component of the contract is developing and operating a data and governance office (DGO) to manage the flow of information and decisions needed to achieve delivery at pace. The DGO will integrate into the Council’s wider management office plans to support the Place Directorate in its aims.
The Consultant will support the projects needed to be awarded Government funding to support the placemaking and infrastructure requirements of the Council.
The contract will provide strategic and technical services including but not limited to:
-Highways and Transport Engineering Services;
-Placemaking and Economic Development;
-Major Projects;
-Data Management and Governance Support;
-Net Zero, Climate Change, and advice on Energy Transition;
-Planning; and
-Asset Management.
The value of the contract is estimated at £10m per annum. The Consultant will support the projects needed to be awarded Government funding to support the placemaking and infrastructure requirements of the Council. Full list of Services and CPVs is as follows:
71000000: Architectural, construction, engineering and inspection services
71300000: Engineering services
71310000: Consultative engineering and consultative services
71311210: Highway consultancy services
71311220: Highway engineering services
71311230: Railway engineering services
71313000: Environmental engineering services
71318000: Advisory and consultative services
71320000: Engineering design services
71324000: Quantity surveying services
71336000: Engineering support services
71311200: Transport systems consultancy services
71400000: Urban planning and landscape architectural services
71520000: Construction supervision services
71541000: Construction project management services
71600000: Technical testing, analysis and consultancy services
71800000: Consulting services for water supply and waste consultancy
72224000: Project management consultancy services
79400000-8: Business and management consultancy and related services
90700000: Environmental services
90712000: Environmental planning
90712400: Natural resources management or conservation strategy planning services
Together with any related services which maybe required during the contract term. The contract will commence on 1 April 2023 and is for an initial period of 5 years with the option to extend for 2 further periods of 2 years.
The Council, in its sole discretion, reserves the right to award the contract on the basis of initial tenders only, in accordance with Regulation 29(15) PCR 2015, and not to enter into any negotiations.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 100,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2023 / End: 31/03/2028
This contract is subject to renewal: Yes
Description of renewals: Two extensions of two years duration may be awarded at the discretion of the Council taking into account performance against established performance metrics. This means the potential contract end date could be 31/03/2032.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: See Selection Questionnaire for Criteria
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The estimated value stated at II.2.6 is for the full duration of the contract including optional extensions.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
See selection questionnaire
III.1.2) Economic and financial standing
List and brief description of selection criteria:
See selection questionnaire
Minimum level(s) of standards possibly required (if applicable) :
See selection questionnaire
III.1.3) Technical and professional ability
List and brief description of selection criteria:
See selection questionnaire
Minimum level(s) of standards possibly required (if applicable) :
See selection questionnaire
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
See tender documentation.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2022/S 000 - 006972
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/07/2022 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/07/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Consultative-engineering-and-construction-services./5GW3YFK7X3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5GW3YFK7X3
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Shropshire Council
Shirehall, Shrewsbury, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 17/06/2022
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
Contact: Procurement
Main Address: www.shropshire.gov.uk
NUTS Code: UKG22
I.2) Joint procurement:
The contract involves joint procurement: Yes
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: DMNH 029 - Built Environment Consultancy Contract supporting the Built Environment, Placemaking, Highways and Transport
Reference number: DMNH 029
II.1.2) Main CPV code:
71310000 - Consultative engineering and construction services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This is an award notice Shropshire Council has procured services to support its built environment, including placemaking, highways and transport. The Council sought a broad range of disciplines. The services include strategic services to achieve the Council’s placemaking and economic development aims, advice on highway asset management and delivery and the provision of engineering design and other technical services. A key component of the contract is developing and operating a data and governance office (DGO) to manage the flow of information and decisions needed to achieve delivery at pace. The DGO will integrate into the Council’s wider management office plans to support the Place Directorate in its aims.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 100,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71000000 - Architectural, construction, engineering and inspection services.
II.2.3) Place of performance
Nuts code:
UKG22 - Shropshire CC
Main site or place of performance:
Shropshire CC
II.2.4) Description of the procurement: This is an award notice. Shropshire Council have procured services to support its built environment, including placemaking, highways and transport. The Council sought a broad range of disciplines. The services include strategic services to achieve the Council’s placemaking and economic development aims, advice on highway asset management and delivery and the provision of engineering design and other technical services. A key component of the contract is developing and operating a data and governance office (DGO) to manage the flow of information and decisions needed to achieve delivery at pace. The DGO will integrate into the Council’s wider management office plans to support the Place Directorate in its aims. The Consultant will support the projects needed to be awarded Government funding to support the placemaking and infrastructure requirements of the Council. The contract will provide strategic and technical services including but not limited to: -Highways and Transport Engineering Services; -Placemaking and Economic Development; -Major Projects; -Data Management and Governance Support; -Net Zero, Climate Change, and advice on Energy Transition; -Planning; and -Asset Management. The value of the contract is estimated at £10m per annum. The Consultant will support the projects needed to be awarded Government funding to support the placemaking and infrastructure requirements of the Council. Full list of Services and CPVs is as follows: 71000000: Architectural, construction, engineering and inspection services 71300000: Engineering services 71310000: Consultative engineering and consultative services 71311210: Highway consultancy services 71311220: Highway engineering services 71311230: Railway engineering services 71313000: Environmental engineering services 71318000: Advisory and consultative services 71320000: Engineering design services 71324000: Quantity surveying services 71336000: Engineering support services 71311200: Transport systems consultancy services 71400000: Urban planning and landscape architectural services 71520000: Construction supervision services 71541000: Construction project management services 71600000: Technical testing, analysis and consultancy services 71800000: Consulting services for water supply and waste consultancy 72224000: Project management consultancy services 79400000-8: Business and management consultancy and related services 90700000: Environmental services 90712000: Environmental planning 90712400: Natural resources management or conservation strategy planning services Together with any related services which may be required during the contract term. The contract will commence on 1 April 2023 and is for an initial period of 5 years with the option to extend for 2 further periods of 2 years.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 80
Cost criterion - Name: Price / Weighting: 20
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-016743
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 13/02/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
WSP UK limited, 01383511
WSP House, 70 Chancery Lane, London, WC2A 1AF, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 100,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=762600843
VI.4) Procedures for review
VI.4.1) Review body
Shropshire Council
Shirehall, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
VI.4.2) Body responsible for mediation procedures
Shropshire Council
Shirehall, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
Internet address: www.shropshire.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Shropshire Council
Shirehall, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
Internet address: www.shropshire.gov.uk
VI.5) Date of dispatch of this notice: 24/02/2023
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Shropshire Council is purchasing on behalf of itself and any wholly owned local authority company or other entity that is deemed to be a contracting authority by virtue of the Council’s involvement.
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Email: procurement@shropshire.gov.uk
Main Address: www.shropshire.gov.uk
NUTS Code: UKG22