Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West of England Combined Authority
Rivergate House, 70 Redcliff Street
Bristol
BS1 6AL
UK
Contact person: Mr Paul Smith
Telephone: +44 7436629523
E-mail: paul.smith@westofengland-ca.gov.uk
NUTS: UKK
Internet address(es)
Main address: https://www.westofengland-ca.org.uk/
Address of the buyer profile: https://www.westofengland-ca.org.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert?advertId=dd405e2f-0132-ee11-8124-005056b64545&fromProjectDashboard=True
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert?advertId=dd405e2f-0132-ee11-8124-005056b64545&fromProjectDashboard=True
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
West of England Combined Authority Professional Services Framework Renewal
Reference number: DN672936
II.1.2) Main CPV code
71310000
II.1.3) Type of contract
Services
II.1.4) Short description
The West of England Combined Authority, in collaboration with Bristol City Council, North Somerset Council, South Gloucestershire Council and Bath and North East Somerset Council, is establishing a four-year Professional Services Framework Agreement to support our regional infrastructure projects. This Framework Agreement will have a single lot incorporating a number specialisms detailed within the Scope of Requirements.
II.1.5) Estimated total value
Value excluding VAT:
100 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79300000
90700000
71800000
71530000
71310000
72224000
II.2.3) Place of performance
NUTS code:
UKK
II.2.4) Description of the procurement
The West of England Combined Authority, in collaboration with Bristol City Council, North Somerset Council, South Gloucestershire Council and Bath and North East Somerset Council, is establishing a four-year Professional Services Framework Agreement to support our regional infrastructure projects. This Framework Agreement will have a single lot incorporating a number specialisms detailed within the Scope of Requirements.
It is our intention to award up to six Suppliers a place on the Framework agreement (except in the unlikely event that two Suppliers are within 1% of winning sixth place, in which case we reserve the right to include a seventh Supplier). Each Supplier is expected to have multi-disciplinary capability or access to deliver the contracts/work packages granted under the Framework Agreement.
It is estimated that the Framework Agreement will have a value of between £55m and £112m over the four-year term.
The Framework can be utilised by all other UK Public Sector Bodies, including but not limited to: local authorities, health, police, fire and rescue, education and devolved administrations. Use of the Framework by these other bodies will be via an access agreement issued by the West of England Combined Authority.
The CA aims to appoint suppliers who have the capabilities and capacity to support the delivery of its business and strategic objectives at pace and who will share the CA's ethos and values.
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: 48
This contract is subject to renewal: No
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 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 with several operators.
Envisaged maximum number of participants to the framework agreement: 6
Justification for any framework agreement duration exceeding 4 years:
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/09/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
29/09/2023
Local time: 15:00
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
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
04/08/2023