Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
LGSS Procurement on behalf of Cambridgeshire County Council
Shire Hall, Castle Hill
Cambridge
CB3 0AP
UK
Person cyswllt: LGSS Procurement
E-bost: Contracts@Milton-Keynes.gov.uk
NUTS: UKH12
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.lgss.co.uk/about/
Cyfeiriad proffil y prynwr: https://www.lgss.co.uk/services/procurement/lgss-procurement-portal/
I.1) Enw a chyfeiriad
Peterborough City Council
Sand Martin House, Bitten Way, Fletton Quays
Peterborough
PE2 8TY
UK
E-bost: commercialandprocurementunit@peterborough.gov.uk
NUTS: UKH11
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://peterborough.gov.uk
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://procontract.due-north.com/Opportunities/Index?p=4d8cb5a5-74dc-e511-810e-000c29c9ba21&v=1
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://procontract.due-north.com/Home/About
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Cambridgeshire and Peterborough Joint Professional Services Framework
Cyfeirnod: DN409827
II.1.2) Prif god CPV
71000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Cambridgeshire and Peterborough region is a major contributor to the UK economy and economic output is anticipated to double over the next 25 years. This rate of growth places high pressure on the housing and transport infrastructure of the region, leading to congestion and other negative impacts which act as a constraint on investment and continued economic development.
In order to address these pressures and maintain economic growth, significant and ambitious investments are being made in the region’s housing, transport systems and other infrastructure.
This framework enables the organisations and other public sector bodies within Cambridgeshire and Peterborough (collectively known as the contracting authorities) to enter into work orders with either of the 2 suppliers to provide professional and technical services to support the delivery of this investment.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
71311000
71312000
71313000
71318000
71319000
II.2.3) Man cyflawni
Cod NUTS:
UKH11
UKH12
II.2.4) Disgrifiad o’r caffaeliad
This framework enables the organisations and other public sector bodies within Cambridgeshire and Peterborough (collectively known as the contracting authorities) to enter into work orders with either of the 2 suppliers to provide professional and technical services to support the delivery of this investment.
The expectation is that:
— the Greater Cambridgeshire Partnership will use this framework as the primary route to procure services,
— Cambridgeshire County Council will use this framework to supplement existing arrangements where appropriate,
— Peterborough City Council will use this framework to supplement existing arrangements where appropriate,
— other public sector bodies within Cambridgeshire and Peterborough (including the Cambridgeshire and Peterborough Combined Authority) may use the framework as and when a requirement within the scope of this framework arises.
However, the contracting authorities give no guarantee of the volume of work that may be procured through this framework and reserve the right to procure services through other routes.
The estimated value of the services over the life of the framework agreement is estimated between 80 000 000 GBP to 100 000 000 GBP.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 100 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
It is expected that an initial framework will last for a period of 3 years, with the option of 2 extensions of 1 year each making a potential total of 5 years in total length and will take the form of a framework agreement, under which individual requirements will be specified and priced according to a schedule of rates agreed as a result of this tender process.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 5
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 2
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: This Framework is for five years instead, in order to align with the funding five year programme of the Greater Cambridge Partnership.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
20/01/2020
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
VI.3) Gwybodaeth ychwanegol
This procurement is not divided into lots; the requirements of this framework mitigate against the use of multiple lots as it would require extensive co-ordination and interface management. The partner organisations do not have, or wish to employ, the additional resources that would be needed to manage and co-ordinate these interfaces. Therefore, the partner organisations have identified a model with 2 multiple disciplinary providers rather than split the work into ‘lots’.
Additional benefits of the chosen model are:
To support the development of a collaborative working relationship with the 2 providers.
To enable the suppliers to develop a deeper understanding of the complex transport related issues of the region and ensure that it is retained and deployed on future projects.
Framework scope:
The framework scope is the provision of professional services across the full project lifecycle for transportation and other infrastructure projects in the Cambridgeshire and Peterborough region.
The project types include but are not limited to highways; walking, cycling and other non-motorised modes; public transport including rail, bus and metro systems; intelligent transport and future mobility solutions. Projects make include multiple modes.
The services required include but are not limited to the type of service outlined below. Detailed requirements will be set out in instructions to submit quotations in accordance with the framework contract.
Transport solutions:
— policy and strategy development,
— demand analysis and modelling,
— studies, optioneering and solution development,
— feasibility studies and pre-investment studies,
— transport planning,
— business case development.
Project delivery studies:
— project delivery options and strategies,
— project funding options,
— identifying and supporting funding bids,
— strategic financial planning.
Consultation and Stakeholders:
— stakeholder engagement,
— public consultation, surveys and analysis,
— materials for and attendance at exhibitions.
Planning and statutory services:
— support on planning applications,
— support on public enquires,
— support on statutory and non-statutory consultations,
— support on securing consent and approvals from statutory and regulatory bodies,
— property and land services, evaluations and compensation claims.
Design services (preliminary and detailed)
— engineering design including civil, structural, mechanical, electrical, geotechnical,
— transport data analysis, UTC, intelligent transport and traffic signal design,
— architectural design,
— landscape architecture and design,
— construction advice (ECI),
— CDM services.
Commercial services:
— cost estimating and project budgeting,
— quantity surveying services,
— project management,
— procurement and preparation of tender documents.
Surveys and investigations
— geotechnical and site investigations, tests, studies and interpretations,
— contamination and asbestos surveys,
— topographical and land surveys,
— archaeological surveys and investigations,
— traffic surveys,
— structural investigations and testing,
— air, noise and vibration surveys.
Environmental services:
— advice on the historic built environment,
— archaeological studies,
— environmental services and EIA,
— ecological services,
— energy management,
— climate emergency and carbon reduction,
— hydrology, drainage and flood risk management,
— waste management.
Future Mobility Services:
— data analytics and software services,
— SMART city solutions,
— AI and data architecture.
Construction phase services:
— construction management and site supervision,
— project evaluation.
Or any other areas as defined in the tender documentation.
The contracting authorities give no guarantee of the volume of work that may be procured through this framework and reserve the right to procure services through other routes.
Please see tender documentation for further information.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Gus De Silva — Head of LGSS Procurement
One Angel Square, Angel Street
Northampton
NN1 1ED
UK
E-bost: GDeSilva@northamptonshire.gov.uk
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Without prejudice to the remedies provided under Part 3 of the Public Contracts Regulations 2015 the contracting authority shall incorporate a minimum 10 day standstill period at the point that an award decision notice pursuant to Regulation 86 of the Public Contract Regulations 2015 is communicated to tenderers. The contracting authority shall send its Regulation 86 notice, subject to Regulation 86(5) and (6), which shall include the criteria for the award of the contract; reasons for the decision including the characteristics and relative advantages of the successful tenderer; the score (if any) obtained by the tenderer receiving the notice and the tenderer to be awarded the contract and anything required by Regulation 86(3); the name of the tenderer to be awarded the contract and a precise statement of either when in accordance with Regulation 87 of the Public Contract Regulations 2015 the standstill period is expected to end or the date before which the contracting authority will not, in conformity with Regulation 87, enter into the contract.
VI.5) Dyddiad anfon yr hysbysiad hwn
04/12/2019