II.2.3) Place of performance
NUTS code:
UKK13
II.2.4) Description of the procurement
It shall be a mutual objective for both Client and Consultant to ensure that the professional highways services are:
1.1.1 environmentally sustainable;
1.1.2 provide social value to benefit local communities;
1.1.3 strengthen the role of the local communities in the decision making process;
1.1.4 sustainable in delivery, function and serviceability compliant with Gloucestershire County Council’s policies and standards
1.1.5 Safe and fit for purpose;
1.1.6 provide excellent value for money.
The Consultant shall deliver the Services’ objectives in accordance with the Service Specifications.
All costs shall be developed and submitted in accordance with the Pricing Schedules.
The Services under this Contract consist of a comprehensive highways and transport, network and asset management design, maintenance and improvement services for Client.
There is no grant of exclusivity to these Services and no guarantee is given of the value in any calendar year, or to the extent of Services required. The client reserves the right to procure non-core services through the specialist supplier framework and to seek and employ other routes for procurement of professional highways consultancy services on the basis of the capacity, capability, cost, complexity, political sensitivity, and resources.
The extent of Services to be delivered through this Contract will be determined on value for money, complexity, capability, reputational risk and quality of the Services. It is in the single supplier Consultant’s interests therefore to demonstrate that procurement through this Contract is the best option for Client.
It is anticipated that the delivery of the Services will include supply of the staff to supplement and collocate with the in-house teams.
The Consultant shall, at the beginning of the Contract and at subsequent times throughout, provide Client with details of the key personnel proposed by Consultant to deliver the Services. This information will include details of their qualifications and experience.
We are following a 2 stage process using the Restricted Procedure. The contract form will be the NEC4 Professional Services Contract as amended in accordance with the procurement documents.
The contract is valued between £20m and £60m ex VAT. This contract value range is based on predicted budgets over both the initial term and optional terms of the contract.
The estimated value does not include contingency to account for inflation, potential one-off funding bids, DfT awards and other unknown possible increases in funding over the total potential contracted periods. Due to recent unpredictability regarding these areas the contract value will be adjusted to reflect these circumstances as a modification using Regulation 72 of the Public Contract Regulations 2015, if required during the contract term.
The incumbent Consultant has indicated that there is a TUPE implication in relation to the Procurement, full details are available in the tender documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
60 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This is a 4 year contract with the option to extend by up to an additional 2 years, to a total of 6 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No