loading
  • GB-LE3 8RA Leicester
  • 24.07.2017
  • Ausschreibung
  • (ID 2-268323)

Environment and Transport — Commissioning Framework (E&T-CF)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 24.07.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Objektplanung Verkehrsanlagen / allgemeine Beratungsleistungen / Logistikplanung
    Sprache Englisch
    Aufgabe
    Leicestershire County Council (Council) is seeking to establish a framework agreement with several consultants for the provision of transport and land use planning and modelling consultancy advice. The prime purpose of the advice will be to support the Council in the use of its comprehensive transport model called the Leicester and Leicestershire Integrated Transport Model. (LLITM).
    The framework agreement will be divided into 5 lots which are described later in this notice.
    Whilst predominantly used by the Council, the framework will also be open for use by other local authorities, developers and other relevant organisations approved and authorised by Leicestershire County Council which are covered by the new expanded area of LLITM.
    .
    Leistungsumfang
    Lot 5 — Comprehensive Advisory and Support Panel — Transport Planning and Policy, Engineering and Technical Support
    This lot will require consultants to provide comprehensive support in relation to transport planning and policy, engineering and technical support services. These services should include but are not restricted to;
    — Quality audits Project coordination and management.
    — Inputs to transport plans and policies (strategic and detailed).
    — Scheme design.
    — Preparation for and participation in public inquiries.
    — Transport and land-use modelling.
    — Sustainable transport policy and strategy.
    — Hydrological Services (Flood Risk Management & Water Quality).
    — Transport appraisal.
    — Evaluation of implemented transport schemes.
    — Advice on transport and planning regulatory change.
    — Environmental modelling and assessment (Noise, AQ, EIA&RA).
    — Aviation Policy, Strategy and Modelling.
    — Transport planning.
    — Transport engineering.
    — Strategic planning and policy.
    — Infrastructure planning and development.
    — Intelligent Transport Systems.
    — Waste management and environmental services.
    — Research and Development.
    — Enforcement policy.
    — Network resilience and management.
    — Traffic Signals and Road Lighting.
    Adresse des Bauherren UK-LE3 8RA Leicester
    TED Dokumenten-Nr. 225732-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Leicester: Architectural, construction, engineering and inspection services

      2017/S 112-225732

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Leicestershire County Council
      County Hall, Leicester Road Glenfield
      Leicester
      LE3 8RA
      United Kingdom
      Contact person: Mr Charles Ellis
      Telephone: +44 1163055859
      E-mail: MTFiZ2Bxa2RyLWRra2hyP2tkaGJyLWZudS10ag==
      NUTS code: UKF

      Internet address(es):

      Main address: http://www.leics.gov.uk

      Address of the buyer profile: http://www.leics.gov.uk

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.eastmidstenders.org
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.eastmidstenders.org
      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:

       

      Environment and Transport — Commissioning Framework (E&T-CF).

       

      Reference number: DN278542
      II.1.2)Main CPV code
      71000000 - AA01
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Leicestershire County Council (Council) is seeking to establish a framework agreement with several consultants for the provision of transport and land use planning and modelling consultancy advice. The prime purpose of the advice will be to support the Council in the use of its comprehensive transport model called the Leicester and Leicestershire Integrated Transport Model. (LLITM).

      The framework agreement will be divided into 5 lots which are described later in this notice.

      Whilst predominantly used by the Council, the framework will also be open for use by other local authorities, developers and other relevant organisations approved and authorised by Leicestershire County Council which are covered by the new expanded area of LLITM.

      .

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Lot 1 — Operational Panel for LLITM Transport Model

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71311200
      71311210
      72240000
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKF
      NUTS code: UKG
      NUTS code: UKH
      II.2.4)Description of the procurement:

       

      Lot 1 — Operational Panel for LLITM Transport Model

      This lot will require consultants to provide transport modelling and planning services and advice to the Council, its partners and other external bodies. The service will require the operation of the LLITM and other associated countywide or regional models, and provision of technical advice on its maintenance. In particular, consultants will be required to provide services in the following specialist software applications:

      — Highway Supply Model (Saturn).

      — Public Transport Supply Model (EMME).

      — Demand Model (EMME).

      — Environmental Analysis Suite (EASE).

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Lot will be awarded to each contractor as individual contracts. The minimum term or contract is 2 years with a further 2 years possible taking the maximum length of contract to 4 years in total.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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

       

      Work awarded via this framework may be funded in part or wholly by European Union funds.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 2 — Operation Panel for LLITM Land-Use Model (DELTA)

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71311200
      71311210
      72240000
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKF
      NUTS code: UKG
      NUTS code: UKH
      II.2.4)Description of the procurement:

       

      Lot 2 — Operation Panel for LLITM Land-Use Model (DELTA)

      This lot will require consultants to provide services and advice on land-use modelling; assisting with the operation of the existing land-use model, the creation and maintenance of such models, through to the application on studies using the DELTA specialist software.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Lot will be awarded to each contractor as individual contracts. The minimum term or contract is 2 years with a further 2 years taking the maximum length of contract to 4 years in total.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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

       

      Work awarded via this framework may be funded in part or wholly by European Union funds.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 3 — Operation and Support Panel for Microsimulation Modelling

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71311200
      71311210
      72240000
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKF
      NUTS code: UKG
      NUTS code: UKH
      II.2.4)Description of the procurement:

       

      This lot will require consultants to provide microsimulation modelling services and advice to the Council, its partners, other local authorities and other external bodies and organisations. The service will include the operation, calibration, validation and rebasing of the Council's existing microsimulation models, as well as the development of new microsimulation models.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Lot will be awarded to each contractor as individual contracts. The minimum term or contract is 2 years with a further 2 years taking the maximum length of contract to 4 years in total.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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

       

      Work awarded via this framework may be funded in part or wholly by European Union funds.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 4 — Operation and Support Panel for Rail Policy, Strategy and Modelling

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71311200
      71311210
      72240000
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKF
      NUTS code: UKG
      NUTS code: UKH
      II.2.4)Description of the procurement:

       

      Lot 4 — Operation and Support Panel for Rail Policy, Strategy and Modelling

      This lot will require consultants to provide policy, strategy and modelling services and advice to the Council, its partners, other local authorities and other external bodies and organisations. Due to the highly specialist nature of this lot it is envisaged that the services within this lot will be sub-divided into the following sub-lots listed below.

      — Lot 4a — Influence and Lobbying.

      — Lot 4b — Identify and Evidence.

      — Lot 4c — Test and Modelling.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Lot will be awarded to each contractor as individual contracts. The minimum term or contract is 2 years with a further 2 years taking the maximum length of contract to 4 years in total.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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

       

      Work awarded via this framework may be funded in part or wholly by European Union funds.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 5 — Comprehensive Advisory and Support Panel — Transport Planning and Policy, Engineering and Technical Support

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71311200
      71311210
      72240000
      II.2.3)Place of performance
      NUTS code: UKE
      NUTS code: UKF
      NUTS code: UKG
      NUTS code: UKH
      II.2.4)Description of the procurement:

       

      Lot 5 — Comprehensive Advisory and Support Panel — Transport Planning and Policy, Engineering and Technical Support

      This lot will require consultants to provide comprehensive support in relation to transport planning and policy, engineering and technical support services. These services should include but are not restricted to;

      — Quality audits Project coordination and management.

      — Inputs to transport plans and policies (strategic and detailed).

      — Scheme design.

      — Preparation for and participation in public inquiries.

      — Transport and land-use modelling.

      — Sustainable transport policy and strategy.

      — Hydrological Services (Flood Risk Management & Water Quality).

      — Transport appraisal.

      — Evaluation of implemented transport schemes.

      — Advice on transport and planning regulatory change.

      — Environmental modelling and assessment (Noise, AQ, EIA&RA).

      — Aviation Policy, Strategy and Modelling.

      — Transport planning.

      — Transport engineering.

      — Strategic planning and policy.

      — Infrastructure planning and development.

      — Intelligent Transport Systems.

      — Waste management and environmental services.

      — Research and Development.

      — Enforcement policy.

      — Network resilience and management.

      — Traffic Signals and Road Lighting.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Lot will be awarded to each contractor as individual contracts. The minimum term or contract is 2 years with a further 2 years taking the maximum length of contract to 4 years in total.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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

       

      Work awarded via this framework may be funded in part or wholly by European Union funds.

       

      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:

       

      Refer to tender documentation.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      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
      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: yes
      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: 24/07/2017
      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: 24/07/2017
      Local time: 12:00

      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
      High Court of Justice
      The Strand
      London
      WC2A 2LL
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Leicestershire County Council (LCC) will incorporate a minimum 10 calendar day standstill period at the point of information on the award of the contract, as communicated to tenderers. Applicants who are unsuccessful shall be informed by LCC as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      12/06/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 14.06.2017
Zuletzt aktualisiert 14.06.2017
Wettbewerbs-ID 2-268323 Status Kostenpflichtig
Seitenaufrufe 40