Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Professional Consultancy Services for Planning, Design, Engineering and Place Services 2023

  • First published: 30 September 2022
  • Last modified: 30 September 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03718b
Published by:
Somerset County Council
Authority ID:
AA20101
Publication date:
30 September 2022
Deadline date:
25 November 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Form of Contract - This will be an NEC3 Professional Services Contract - April 2013 Edition - using main Option G. A single supplier (NEC 'Consultant') will be appointed through this procurement process

Commencement - The service commencement ‘starting date’ will be 18 July 2023.

Duration - The contract duration will be for an initial period of 48 months, with the option to extend the contract up to two times by periods of up to 24 months. The exercise of the options to extend will be at the sole discretion of the Authority and shall depend, amongst other matters, on the appointed Suppliers performance.

Value - The estimated spend per annum on core services is estimated at around £2,000,000 to £3,000,000. The overall contract value including extensions is estimated at between £10,000,000-£30,000,000. Work will be placed through the contract through the issue of Task Orders by the Authority, there is no guarantee as to the minimum value of work that will be placed through the contract, the above figures are given as an estimation only.

The Authority through this contract is seeking consultancy support in two forms - 'Project' and 'Service' provision:

Project Provision - The Authority has a range of in-house resources to undertake much of their design, engineering requirements but has more limited resources for specialist activity such as transportation planning, traffic modelling, flood and water management and other specialist services. Support is required for these in-house resources on a call-off basis over a wide and diverse range of professional consultancy services with a core focus on highways and transportation but also including support from time to time for other place services.

Service Provision - In addition to the above, from time-to-time the Authority may require the Supplier to provide embedded teams of suitably experienced staff to provide both statutory and non-statutory services. This could be one or more staff for a fixed period of time which could extend to several years or the term of the contract.

Examples of the type of service that might be requested are resources to support or deliver the following but not limited to:

• Local Lead Flood Authority Responsibilities

• Highways Development Management, including overseeing the implementation and administration of legal agreements associated with developer led and third-party highway infrastructure delivery projects

• Highways Engineering Design

• Project Management

• Site Supervision

• Structures AIP

The full list of 'Core Consultancy Services' and associated consultant 'Job Roles' are set out in the procurement document entitled 'Volume 2 - Scope'.

Additional consultancy services and Job Roles may be required by the Authority during the term of the contract. The contract and documentation sets out how any additional services will be incorporated into the contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Somerset County Council

County Hall

Taunton

TA1 4DY

UK

Contact person: Mr Mark Brown

Telephone: +44 3001232224

E-mail: mark.brown@somerset.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.somerset.gov.uk

Address of the buyer profile: https://www.supplyingthesouthwest.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/Index?advertId=1c1a21d0-fc29-ed11-8119-005056b64545


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/Index?advertId=1c1a21d0-fc29-ed11-8119-005056b64545


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

Professional Consultancy Services for Planning, Design, Engineering and Place Services 2023

Reference number: DN566991

II.1.2) Main CPV code

71300000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The core of the services sought relate to a range of engineering, transportation, planning and related consultancy services to facilitate highways and transport delivery in Somerset.

A unitary Council will be created in Somerset from 1 April 2023 which will broaden the potential pipeline of place-based activity and infrastructure projects for which consultancy support may be required. This will be formed by combining Somerset County Council, Mendip District Council, Sedgemoor District Council, Somerset West and Taunton District Council and South Somerset District Council. These will form a single authority to be known as Somerset Council.

Project Provision - The Authority has a range of in-house resources to undertake much of their design, engineering requirements but has more limited resources for specialist activity such as transportation planning, traffic modelling, flood and water management and other specialist services. Support is required for these in-house resources on a call-off basis over a wide and diverse range of professional consultancy services with a core focus on highways and transportation but also including support from time to time for other place services.

Service Provision - From time-to-time the Authority may require the Supplier to provide embedded teams of suitably experienced staff to provide both statutory and non-statutory services. This could be one or more staff for a fixed period of time which could extend to several years or the term of the contract.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71000000

79416000

79417000

79421000

79994000

90711000

90712000

90713000

90714000

90742000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Form of Contract - This will be an NEC3 Professional Services Contract - April 2013 Edition - using main Option G. A single supplier (NEC 'Consultant') will be appointed through this procurement process

Commencement - The service commencement ‘starting date’ will be 18 July 2023.

Duration - The contract duration will be for an initial period of 48 months, with the option to extend the contract up to two times by periods of up to 24 months. The exercise of the options to extend will be at the sole discretion of the Authority and shall depend, amongst other matters, on the appointed Suppliers performance.

Value - The estimated spend per annum on core services is estimated at around £2,000,000 to £3,000,000. The overall contract value including extensions is estimated at between £10,000,000-£30,000,000. Work will be placed through the contract through the issue of Task Orders by the Authority, there is no guarantee as to the minimum value of work that will be placed through the contract, the above figures are given as an estimation only.

The Authority through this contract is seeking consultancy support in two forms - 'Project' and 'Service' provision:

Project Provision - The Authority has a range of in-house resources to undertake much of their design, engineering requirements but has more limited resources for specialist activity such as transportation planning, traffic modelling, flood and water management and other specialist services. Support is required for these in-house resources on a call-off basis over a wide and diverse range of professional consultancy services with a core focus on highways and transportation but also including support from time to time for other place services.

Service Provision - In addition to the above, from time-to-time the Authority may require the Supplier to provide embedded teams of suitably experienced staff to provide both statutory and non-statutory services. This could be one or more staff for a fixed period of time which could extend to several years or the term of the contract.

Examples of the type of service that might be requested are resources to support or deliver the following but not limited to:

• Local Lead Flood Authority Responsibilities

• Highways Development Management, including overseeing the implementation and administration of legal agreements associated with developer led and third-party highway infrastructure delivery projects

• Highways Engineering Design

• Project Management

• Site Supervision

• Structures AIP

The full list of 'Core Consultancy Services' and associated consultant 'Job Roles' are set out in the procurement document entitled 'Volume 2 - Scope'.

Additional consultancy services and Job Roles may be required by the Authority during the term of the contract. The contract and documentation sets out how any additional services will be incorporated into the contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

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.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 25/11/2022

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: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 25/11/2022

Local time: 12:00

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

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

VI.5) Date of dispatch of this notice

29/09/2022

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79994000 Contract administration services Miscellaneous business-related services
71300000 Engineering services Architectural, construction, engineering and inspection services
90714000 Environmental auditing Environmental management
90711000 Environmental impact assessment other than for construction Environmental management
90713000 Environmental issues consultancy services Environmental management
90712000 Environmental planning Environmental management
79421000 Project-management services other than for construction work Management-related services
79416000 Public relations services Business and management consultancy services
79417000 Safety consultancy services Business and management consultancy services
90742000 Services related to noise pollution Pollutants tracking and monitoring and rehabilitation services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
mark.brown@somerset.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.