Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Warwickshire County Council
Shire Hall, Market Square
Warwick
CV34 4RL
UK
Contact person: Thomas Richman
Telephone: +44 1926414980
E-mail: thomasrichman@warwickshire.gov.uk
NUTS: UKG13
Internet address(es)
Main address: www.warwickshire.gov.uk
Address of the buyer profile: www.warwickshire.gov.uk/procurement
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
WCC - Traffic/Transport Modelling Framework
Reference number: WCC - 16647
II.1.2) Main CPV code
63712710
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority (WCC) has been using Paramics modelling software (both S-Paramics and Paramics Discovery - hereinafter collectively referred to as 'Paramics') since 2001 to assess highway schemes, identify the likely impacts of development and to inform strategic transport assessments of Local Plan proposals for each of Warwickshire's five Districts and Boroughs:
• Warwick District;
• Nuneaton and Bedworth Borough;
• Rugby Borough;
• North Warwickshire Borough; and
• Stratford District.
WCC has a diverse suite of models covering each District and Borough in the County, ranging from simple corridor models to more complex wide-area models which are used to test the impacts of Local Plan allocations proposed by the District and Borough Councils.
Increasing demands on the Authority's modelling team, due to the pressures of maximising the potential of all funding opportunities through business case development for the Strategic Economic Plan/Local Growth Deal and other funding sources and the demands for support through the Local Plan process means less officer time can be spent on this task, a task which is
essential to ensure the viability of the Model Revenue Fund (MRF) business model. Specialist external modelling support is therefore required to continue the development and maintenance of WCC models and to provide robust scheme and development assessments over the next 1-4 year period.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
3 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71311200
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
The Transport Modelling Support Contract will cover, but may not be limited to, three key areas of work:
1: Paramics Micro-simulation model development, maintenance, and support to ensure the Authority has the necessary tools to undertake assessments and maintain the Model Revenue Fund business model;
2: Paramics Micro-simulation modelling to support transport scheme appraisal, testing and analysis to support Major Scheme Business Case development; and
3: Local Plan and other Development Planning Paramics micro-simulation modelling and evidence support.
Whilst the value is stated at £3,000,000, this includes an inflationary value to cover any unforeseen additional requirements over the duration of the contract. The current estimated value (excluding VAT) of this Framework over the 4- year period without this is expected to be in the region of £2,000,000.
II.2.5) Award criteria
Quality criterion: Micro-Simulation Model Development, Maintenance and Support
/ Weighting: 5.1
Quality criterion: Micro-Simulation Model Development, Maintenance and Support
/ Weighting: 1.5
Quality criterion: Micro-Simulation Model Development, Maintenance and Support
/ Weighting: 2.4
Quality criterion: Micro-Simulation Model Scheme Appraisal, Testing and Analysis
/ Weighting: 9
Quality criterion: Local Plan and Core Strategy Micro-Simulation, Modelling and Evidence Support
/ Weighting: 9
Quality criterion: Organisation, Communication, and Experience
/ Weighting: 3
Cost criterion: Cost
/ Weighting: 70
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework will run for an initial period of 12 months (1 year).
The Council, at its sole discretion, can extend by further periods of up to, but not exceeding, 36 months (3 years).
The Framework therefore has a potential to run for a maximum period of 48 months (4 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
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
IV.1.8) Information about 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
Notice number in the OJ S:
2023/S 000-031148
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/01/2024
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
SLR Consulting
3880506
London
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 3 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/01/2024
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Sweco UK Limited
02888385
Leeds
UK
NUTS: UKE42
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 3 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The Royal Courts of Justice
London
UK
VI.5) Date of dispatch of this notice
09/02/2024