Shropshire Council: DMNH 029 - Built Environment Consultancy Contract supporting the Built Environment, Placemaking, Highways and Transport

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Shrewsbury: Consultative engineering and construction services.
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

UK-Shrewsbury: Consultative engineering and construction services.

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