Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
Transport Technical Support Services Framework.
Reference number: DN303469
II.1.2)Main CPV code
71311200
II.1.3)Type of contract
Services
II.1.4)Short description:
As a result of this tender process, the Council is seeking to appoint suitable Provider(s) to a Framework for Transport Technical Services Support to deliver high quality and cost effective provision of strategic transport schemes for Sefton.
Following on from the Liverpool City Region ‘transport pipeline schemes’ process, a programme of strategic transport schemes for Sefton has been developed and discussed and agreed with elected Members. These schemes are at various stages of development, but all will require detailed appraisal, development and design if they are to be funded and delivered. In addition, Sefton's Local Plan has recently been adopted and there are significant emerging proposals for development of the key town centres of Bootle, Southport and Crosby, all of which will require a review of transport and access issues.
II.1.5)Estimated total value
Value excluding VAT: 1 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKD73
II.2.4)Description of the procurement:
As a result of this tender process, the Council is seeking to appoint suitable Provider(s) to a Framework for Transport Technical Services Support to deliver high quality and cost effective provision of strategic transport schemes for Sefton.
Following on from the Liverpool City Region ‘transport pipeline schemes’ process, a programme of strategic transport schemes for Sefton has been developed and discussed and agreed with elected Members. These schemes are at various stages of development, but all will require detailed appraisal, development and design if they are to be funded and delivered. In addition, Sefton's Local Plan has recently been adopted and there are significant emerging proposals for development of the key town centres of Bootle, Southport and Crosby, all of which will require a review of transport and access issues.
The process of scheme development and preparation of business cases frequently requires extensive data collection and review and specialised pieces of work utilising specific software packages, particularly in relation to economic costs and benefits. The Council does not have the resources to undertake such assessments and in order to be in a position to bid for City Region funding to invest in the Borough's infrastructure we need to be able to call on these services, often at short notice.
Other services where the Council may need to procure assistance include traffic modelling, economic assessment, transport and access studies, review of planning related transport assessments, junction modelling and engineering design, wider economic impacts and contract supervision.
The timescales for funding bids are often quite short, requiring work to be started immediately and completed in a short space of time. Where the Council does not have the capability in house, there is often insufficient time to complete a procurement exercise to commission the work. To be able to take advantage of funding opportunities, the Council has determined that it would be prudent to establish a contract where such services can be provided at short notice.
It is therefore proposed to procure a service provider to assist in providing technical expertise and capability that is either not currently available or where there is insufficient staff resource within the Council.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
II.2.6)Estimated value
Value excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Following the core period January 2018 t o December 2020, there is an option to extend for an additional 12 months up to 2021.
II.2.12)Information about electronic catalogues
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
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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 17/11/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 17/11/2017
Local time: 12:00
Information about authorised persons and opening procedure:
Officers of the Democratic Services Team.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Sefton Council — Legal Services
Ground Floor Magdalen House
Bootle
L20 3NJ
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
17/10/2017