Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

SCC GW The Provision of Specialist Consultancy Services Framework

  • First published: 06 August 2024
  • Last modified: 06 August 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03c68a
Published by:
Surrey County Council
Authority ID:
AA0050
Publication date:
06 August 2024
Deadline date:
02 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A Surrey County Council Framework for the provision of Specialist Consultancy Services to provide several professional and technical services across a broad range of activities to support the Environment, Infrastructure and Growth directorate which also includes Highways.

Lot 1 - Engineering & Surveys

Lot 2 - Environment

Lot 3 - Design, Planning and Regulation

Lot 4 - Evaluation and Feasibility Low Carbon and Energy Solutions

Lot 4A - New technologies evaluation and feasibility

Lot 4B - Decarbonisation proposals

Lot 4C - Electricity generation and storage

Lot 4D - Electricity grid connection support

Lot 5 - Commercial Services

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Surrey County Council

Woodhatch Place, 11 Cockshot Hill

Reigate

RH2 8EF

UK

Contact person: Gemma Wallace

E-mail: gemma.wallace@surreycc.gov.uk

NUTS: UKJ2

Internet address(es)

Main address: www.surreycc.gov.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://supplierlive.proactisp2p.com/Account/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login


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

SCC GW The Provision of Specialist Consultancy Services Framework

Reference number: RFX1000543

II.1.2) Main CPV code

71311210

 

II.1.3) Type of contract

Services

II.1.4) Short description

A Surrey County Council Framework for the provision of Specialist Consultancy Services to provide several professional and technical services across a broad range of activities to support the Environment, Infrastructure and Growth directorate which also includes Highways.

Lot 1 - Engineering & Surveys

Lot 2 - Environment

Lot 3 - Design, Planning and Regulation

Lot 4 - Evaluation and Feasibility Low Carbon and Energy Solutions

Lot 4A - New technologies evaluation and feasibility

Lot 4B - Decarbonisation proposals

Lot 4C - Electricity generation and storage

Lot 4D - Electricity grid connection support

Lot 5 - Commercial Services

II.1.5) Estimated total value

Value excluding VAT: 6 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The framework permits a bidder to submit bids for up to two Lots and a can be awarded a maximum of two Lots.

Each Lot is considered one bid, with the exception is Lot 4 sub-Lots. Bidders can submit one or multiple bids for Lot 4 sub-Lots and this will be considered one bid, therefore bidders submitting multiple bids under Lot 4 can submit a bid for an additional Lot on the framework.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Engineering & Surveys

II.2.2) Additional CPV code(s)

34970000

34996100

50232200

71310000

71311210

71323000

71324000

71353000

71355000

71621000

90700000

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Lot 1 - Engineering & Surveys

-"Geotechnical survey, site investigations support services and testing (boreholes, samples etc)"

- Control networks surveys

- LiDAR and SONAR,

- Ground Penetrating Radar (GPR),

- UXO surveys,

- Remote camera surveys (typically drainage etc)

- Ariel surveys using drone/UAV services

- Rail track, tunnel and platform surveys

- High-Definition Scanning surveys for 3D modelling of rail stations, tunnels, bridges and buildings

- Tunnel to surface correlation surveys

- Material specialist testing/investigation (concrete/timber/steel)

- Structural assessments

- Measured building surveys

- Track and structure monitoring

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 2

II.2.1) Title

Environment

II.2.2) Additional CPV code(s)

71311210

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Lot 2 Environment

- Soil manufacture specification and assessments including BS3882

- Soil movement planning and advice,

- Assessments of failed landscape schemes

- Site investigations of soil drainage problems

- Site surveys for potential contamination risks

- Hydrogeology/hydrology

- Sediment assessments for use on land

- Wildflower Management

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 3

II.2.1) Title

Design, Planning and Regulation

II.2.2) Additional CPV code(s)

71311210

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Lot 3 - Design, Planning and Regulation

- Highways Design

- Highways Surveys

- Placemaking

- Transport Planning

- Transport modelling using OmniTRANs and/or VISSUM/VISSIM software

- Artworks and decorative installations for street furniture

- Road Safety Audits

- Visualisation, immersive design and Virtual Reality

- Planning Applications

- Development Consent Orders

- Technical Approval Authority

- CDM Principal Designer

- Temporary Works Design

- Traffic Management Design

- Traffic Regulation Orders

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 4

II.2.1) Title

Evaluation and Feasibility of Low Carbon and Energy Solutions

II.2.2) Additional CPV code(s)

71311210

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Lot 4 - Evaluation and Feasibility of Low Carbon and Energy Solutions

Lot 4a New technologies evaluation and feasibility

- Evaluation of energy data and systems performance and optimisation

- Evaluation of new technologies vs conventional

- Evaluation of new commercial energy opportunities including energy trading, dynamic pricing and demand optimisation

- District heating feasibility

Lot 4b Decarbonisation proposals

- Decarbonisation investment grade proposals/heat decarbonisation plans

- Design of low carbon heating systems

- Low carbon heating options feasibility studies

Lot 4c Electricity generation and storage

- Design work and optimisation studies for solar arrays

- Solar farm/ battery storage feasibility

- Communication and Engagement Specialists

Lot 4D Electricity grid connection support

- Grid connection consultancy support DNO upgrades

- Grid connection consultancy support for solar farms

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 5

II.2.1) Title

Commercial Services

II.2.2) Additional CPV code(s)

71311210

II.2.3) Place of performance

NUTS code:

UKJ2

II.2.4) Description of the procurement

Lot 5 - Commercial Services

- Provision of qualified and experienced Quantity Surveyors, cost planners and estimators on a time charge hourly basis

- Provision of qualified and experienced Quantity Surveyors, cost planners and estimators on a embedded secondment or project basis

- Identifying Project Cost Profile and potential savings,

- Commercial support for procurement projects

- Monitoring costs and budgets on active projects and advice on potential over / under spends

- Value for money benchmarking and analysis

Whole life costing of projects or schemes

Dispute Resolution

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years:

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-012886

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 02/09/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 02/07/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

UK

VI.5) Date of dispatch of this notice

01/08/2024

Coding

Commodity categories

ID Title Parent category
71310000 Consultative engineering and construction services Engineering services
71323000 Engineering-design services for industrial process and production Engineering design services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
71311210 Highways consultancy services Civil engineering consultancy services
71324000 Quantity surveying services Engineering design services
71353000 Surface surveying services Engineering-related scientific and technical services
71355000 Surveying services Engineering-related scientific and technical services
71621000 Technical analysis or consultancy services Analysis services
34996100 Traffic lights Control, safety or signalling equipment for roads
34970000 Traffic-monitoring equipment Miscellaneous transport equipment and spare parts
50232200 Traffic-signal maintenance services Maintenance services of public-lighting installations and traffic lights

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
gemma.wallace@surreycc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.