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:
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