Watford Borough Council: Traffic Engineering and Parking Consultancy

  Watford Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Traffic Engineering and Parking Consultancy
Notice type: Contract Notice
Authority: Watford Borough Council
Nature of contract: Services
Procedure: Open
Short Description: Framework Agreement for the Provision of Consultancy to Support Traffic Engineering and Parking related projects for Councils in Hertfordshire.
Published: 31/05/2019 13:20
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-Watford: Consultative engineering and construction services.
Section I: Contracting Authority
      I.1) Name and addresses
             Watford Borough Council
             Town Hall, Watford, WD17 3EX, United Kingdom
             Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
             Contact: Corporate Procurement Manager
             Main Address: http://www.watford.gov.uk, Address of the buyer profile: http://www.watford.gov.uk
             NUTS Code: UKH23
      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.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-Watford:-Consultative-engineering-and-construction-services./R9485PSHJV
      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-title/R9485PSHJV 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: Not provided
      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: Traffic Engineering and Parking Consultancy       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71310000 - Consultative engineering and construction services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Framework Agreement for the Provision of Consultancy to Support Traffic Engineering and Parking related projects for Councils in Hertfordshire.       
      II.1.5) Estimated total value:
      Value excluding VAT: 10,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71320000 - Engineering design services.
      71322000 - Engineering design services for the construction of civil engineering works.
      71322500 - Engineering design services for traffic installations.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: Consultancy Services to Support Traffic Engineering and Parking related projects for Councils in Hertfordshire
      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: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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: A Framework Agreement for use by Councils in Hertfordshire and use by the Joint Venture partnership with Watford BC, Watford Health Campus Partnership LLP, and similar JVs associated with the Councils in Hertfordshire.

Broxbourne BC
Dacorum BC
East Herts DC
Hertfordshire CC
Hertsmere BC
North Herts DC
St Albans BC
Stevenage BC
Three Rivers DC
Watford BC
Welwyn Hatfield DC       


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:          
      As stated in the procurement documents.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      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       
      As stated in the procurement documents          
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 5           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 02/07/2019 Time: 12:00
            
      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
      
      IV.2.7) Conditions for opening of tenders:
         Date: 02/07/2019
         Time: 12:00
         Place:
         Town Hall, Watford
      

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.

Bids for this opportunity must be submitted, including a completed on-line questionnaire, via the procurement portal. The portal includes further information about the project. Suppliers should read through this set of instructions and follow the process to respond to this opportunity. The information and documents for this opportunity are available on www.delta-esourcing.com

You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: R9485PSHJV

Please allow sufficient time when responding prior to the closing date and time shown on the portal as you have been asked to complete an on-line questionnaire and to upload documents. Late submissions cannot be uploaded and will not be accepted.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com

Watford Borough Council wishes to establish a Framework Agreement for use by the following Councils in Hertfordshire, and any future successors to these bodies, and for use by the Joint Venture partnership with Watford Borough Council, Watford Health Campus Partnership LLP, and other similar JVs associated with the Councils in Hertfordshire.

Broxbourne BC
Dacorum BC
East Herts DC
Hertfordshire CC
Hertsmere BC
North Herts DC
St Albans BC
Stevenage BC
Three Rivers DC
Watford BC
Welwyn Hatfield DC
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Consultative-engineering-and-construction-services./R9485PSHJV

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R9485PSHJV
   VI.4) Procedures for review
   VI.4.1) Review body:
             Watford Borough Council
       Town Hall, Watford, WD17 3EX, United Kingdom
       Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
       Internet address: http://www.watford.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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 31/05/2019

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
       Councils in Hertfordshire as listed in the ITT
       Town Hal, Watford, Watford, WD17 3EX, United Kingdom
       Email: howard.hughes@watford.gov.uk
       Main Address: http://www.watford.gov.uk
       NUTS Code: UKH23

View any Notice Addenda

View Award Notice

UK-Watford: Consultative engineering and construction services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Watford Borough Council
       Town Hall, Watford, WD17 3EX, United Kingdom
       Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
       Contact: Corporate Procurement Manager
       Main Address: http://www.watford.gov.uk, Address of the buyer profile: http://www.watford.gov.uk
       NUTS Code: UKH23

   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: Traffic Engineering and Parking Consultancy            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71310000 - Consultative engineering and construction services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Framework Agreement for the Provision of Consultancy to Support Traffic Engineering and Parking related projects for Councils in Hertfordshire.

      II.1.6) Information about lots
         This contract is divided into lots: No
                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 10,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71320000 - Engineering design services.
            71322000 - Engineering design services for the construction of civil engineering works.
            71322500 - Engineering design services for traffic installations.


      II.2.3) Place of performance
      Nuts code:
      UKH23 - Hertfordshire
   
      Main site or place of performance:
      Hertfordshire
             

      II.2.4) Description of the procurement: Consultancy Services to Support Traffic Engineering and Parking related projects for Councils in Hertfordshire

      II.2.5) Award criteria:
      Quality criterion - Name: Interpretation of the brief / Weighting: 25
      Quality criterion - Name: Experience / Weighting: 10
      Quality criterion - Name: Quality Assurance / Weighting: 10
      Quality criterion - Name: Social Value / Weighting: 5
                  
      Cost criterion - Name: Pricing / Cost / Weighting: 50
            

      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: A Framework Agreement for use by Councils in Hertfordshire and use by the Joint Venture partnership with Watford BC, Watford Health Campus Partnership LLP, and similar JVs associated with the Councils in Hertfordshire.

Broxbourne BC
Dacorum BC
East Herts DC
Hertfordshire CC
Hertsmere BC
North Herts DC
St Albans BC
Stevenage BC
Three Rivers DC
Watford BC
Welwyn Hatfield DC


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   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: 2019/S 106-259095
      
   

   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: 10/09/2019

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 3 (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: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             2020 Consultancy
             80 Grove Road, Chichester, PO19 8AP, United Kingdom
             Tel. +44 7468562023, Email: adambunce@2020consultancy.co.uk
             Internet address: www.2020consultancy.co.uk
             NUTS Code: UKJ27
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 10,000,000          
         Total value of the contract/lot: 10,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   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: 10/09/2019

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 3 (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: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Mott MacDonald
             Mott MacDonald House, 8-10 Sydenham Road, Croydon, CR0 2EE, United Kingdom
             Tel. +44 2087742869, Email: matthew.ring@mottmac.com
             Internet address: www.mottmac.com
             NUTS Code: UKI62
            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: 10,000,000          
         Total value of the contract/lot: 10,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   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: 10/09/2019

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 3 (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: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ove Arup & Partners Ltd
             13 Fitzroy Street, London, W1T 4BQ, United Kingdom
             Tel. +44 1212133654, Email: Johnny.Ojeil@arup.com
             Internet address: www.arup.com
             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: 10,000,000          
         Total value of the contract/lot: 10,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   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: 10/09/2019

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 3 (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: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Project Centre Limited
             Unit 2 Holford Yard, London, WC1X 9HD, United Kingdom
             Tel. +44 3300080855, Email: tenders@projectcentre.co.uk
             Internet address: www.projectcentre.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 10,000,000          
         Total value of the contract/lot: 10,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   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: 10/09/2019

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 3 (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: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             SYSTRA Ltd
             3rd Floor, 5 Old Bailey, London, EC4M 7BA, United Kingdom
             Tel. +44 2038821615, Email: dalderson@systra.com
             Internet address: www.systra.co.uk
             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: 10,000,000          
         Total value of the contract/lot: 10,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: Watford BC is to establish a Framework Agreement (FA) for use by the following Councils in Hertfordshire, and any future successors to them, and for use by the Joint Venture partnership with Watford BC, Watford Health Campus Partnership LLP, and other similar JVs associated with the Councils in Hertfordshire.

Broxbourne BC
Dacorum BC
East Herts DC
Hertfordshire CC
Hertsmere BC
North Herts DC
St Albans BC
Stevenage BC
Three Rivers DC
Watford BC
Welwyn Hatfield DC

Orders placed under this FA form a separate contract between the supplier and the specific contracting body. The duration of the FA is for the placing of orders. The potential value of the FA is an estimate. Framework open to the contracting authorities shown above.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=433170785

   VI.4) Procedures for review

      VI.4.1) Review body
          Watford Borough Council
          Town Hall, Watford, WD17 3EX, United Kingdom
          Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
          Internet address: http://www.watford.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Watford Borough Council
          Watford, United Kingdom
          Tel. +44 1923278370

      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
          Watford Borough Council
          Watford, United Kingdom
          Tel. +44 1923278370

   VI.5) Date of dispatch of this notice: 27/09/2019

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Councils in Hertfordshire as listed in the ITT
       Town Hal, Watford, Watford, WD17 3EX, United Kingdom
       Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
       Contact: Corporate Procurement Manager
       Main Address: http://www.watford.gov.uk, Address of the buyer profile: http://www.watford.gov.uk
       NUTS Code: UKH23