By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

WSCC LC - Highways Professional Services Framework.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

West Sussex County Council
County Hall, West Street
For the attention of: Laura Curme
PO19 1RG Chichester
United Kingdom
E-mail:

Internet address(es):

General address of the contracting authority: https://in-tendhost.co.uk/sesharedservices/aspx/Home

Address of the buyer profile: http://www.westsussex.gov.uk/default.aspx

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Surrey County Council, East Sussex County Council, Kent County Council, Medway Council, Brighton and Hove Council

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
WSCC LC - Highways Professional Services Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services

NUTS code UKJ2

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
The objective of this framework is to provide Highways and Transport related consultancy services to support a number of authority work streams.
Typical project/schemes under lot package PSC 1 may comprise, but not be limited to:
- accident Investigation and prevention and route safety schemes;
- cycling infrastructure, including route assessments, design and facility;
- improvement schemes;
- Safer Routes to School (SRtS) and School Safety Zones (SSZ) schemes, including footway improvements and crossing facilities;
- highway Improvement schemes up to a construction, including junction improvements, public transport improvements and public realm schemes;
- traffic engineering schemes, including 20 mph Zones, Traffic calming and town/village centre enhancements;
- carriageway structural maintenance, including carriageway reconstruction, resurfacing and drainage improvements;
- highways structures schemes;
- large bypass schemes;
- town centre redevelopment schemes;
- traffic signals schemes;
- carriageway structural maintenance, including carriageway reconstruction, resurfacing and drainage improvement;
- structures maintenance and schemes;
- secondment of staff into employer's premises, acting under direct instruction from the employer in delivering any of the above work streams;
- tender procurement and site supervision;
- supporting the section 278 and section 38 agreement process;
- drainage strategy schemes and studies;
- road safety audits;
- road space audits and parking related client support;
- development management, statutory highways and transportation consultee.
Typical project/schemes under lot package PSC 2 may comprise, but not be limited to:
- cost management (quantity surveying) services;
- cost estimating and cash flow forecasting;
- benchmarking;
- value engineering;
- risk management;
- procurement support;
- project management and construction supervision;
- work delivery and non-performance audits.
II.1.5)Common procurement vocabulary (CPV)

71310000, 71311210, 71311000, 71322000, 71313000, 71400000, 71520000, 71324000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 50 000 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
WSCC - 001626
IV.3.2)Previous publication(s) concerning the same contract
no

Section V: Award of contract

Lot No: 1 - Lot title: Highways and Transport Consultant Services
V.1)Date of contract award decision:
V.2)Information about offers
Number of offers received: 5
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

WSP UK Limited
WSP House, 70 Chancery Lane
WC2A 1AF London
United Kingdom

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Lot No: 2 - Lot title: Lot Package PSC 2 - Client Support Services
V.1)Date of contract award decision:
V.2)Information about offers
Number of offers received: 4
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Provelio, Faithful+Gould, CW infrastructure, New Way UK Consultants Ltd

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
15.7.2016