Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Transport
Great Minster House, 33 Horseferry Road
London
SW1P 4DR
UK
Contact person: GCD CRM Rail
E-mail: GCDCRMRail@dft.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-transport
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://dft.app.jaggaer.com/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://dft.app.jaggaer.com/web/login.html
Tenders or requests to participate must be sent 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://dft.app.jaggaer.com/web/login.html
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
TRHS0010 - Acoustic Consultant for High Speed Two (HS2)
II.1.2) Main CPV code
71313100
II.1.3) Type of contract
Services
II.1.4) Short description
The Department for Transport (DfT) is seeking an external supplier for the provision of advice and support in relation to the determination of noise appeals under Schedule 27 to the High Speed Rail (London-West Midlands) Act 2017 and Schedule 26 to the High Speed Rail (West Midlands-Crewe) Act 2021. These appeals, should they occur, would be between High Speed Two (HS2) Ltd (HS2 Ltd), which is the nominated undertaker for the HS2 project, and relevant local authorities.
II.1.5) Estimated total value
Value excluding VAT:
120 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90742000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The DfT is seeking an acoustic consultancy service which is specialised in construction noise to provide timely, high quality and specialist independent advice and support on a call-off basis in relation to the determination of any noise appeals which might occur under Schedule 27 to the High Speed Rail
(London-West Midlands) Act 2017 and (if applicable) Schedule 26 to the High Speed Rail (West Midlands-Crewe) Act 2021.
The work of the acoustic consultant is expected to include (but is not limited to):
• Investigation of the decision of the local authority as to whether the refusal to give consent, imposition of conditions on approval, or serving of a notice are appropriate; and
• Preparing a report for Secretaries of State outlining the conclusions of investigation and presenting them with a recommendation.
The acoustic consultant will be required to work to all of the following key deliverables:
• Reading the appeal and associated information provided by the parties;
• Attending site visits, as appropriate;
• Gathering and obtaining supporting information (e.g. through modelling or monitoring) as required to reach an informed conclusion;
• Writing a report outlining conclusions and recommendation;
• Attending meetings with DfT/Defra officials as required;
• Answering queries raised by DfT/Defra officials and/or the Secretaries of State, as required;
• Updating DfT on progress with the investigation on a weekly basis (or as required); and
• Informing DfT of any new risks, and providing an explanation of how any existing risks are being managed, on a weekly basis (or as required).
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: 36
This contract is subject to renewal: Yes
Description of renewals:
The contract will run from September 2024 to August 2027 (a duration of three years in total) with the option to extend for a further two years in increments of 12 months, depending on the remaining number of consents to be made by HS2 Ltd and the number of appeals that are likely to occur.
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.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Must be or work in collaboration with an acoustic consultancy service which is specialised in construction noise.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/08/2024
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
27/08/2024
Local time: 08:00
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
The High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
26/07/2024