Award

SCC AM Highways and Infrastructure Professional Services Contract

SURREY COUNTY COUNCIL

This public procurement record has 2 releases in its history.

Award

01 Jul 2022 at 11:52

Tender

18 Oct 2021 at 16:44

Summary of the contracting process

Surrey County Council is soliciting tenders for the SCC AM Highways and Infrastructure Professional Services Contract, focusing on highways consultancy services in Surrey. The procurement process is currently at the Tender stage, with submissions due by 23 November 2021. The contract, initially valued at £49.5 million, encompasses a variety of services aimed at maintaining and improving the highway network, making the area more prosperous. The procurement method used is a selective process known as the Restricted procedure, allowing maximum engagement with qualified suppliers.

This tender presents significant opportunities for businesses specialising in civil and structural engineering consultancy, environmental consultancy, and project management in the highways sector. Companies that are innovative and capable of providing high-quality consultancy services can leverage this contract to expand their market reach. As the project potentially involves collaboration with other local authorities and departments, it also enables firms to build a robust network within the public sector, enhancing their reputation and securing future contracts.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

SCC AM Highways and Infrastructure Professional Services Contract

Notice Description

As a Highway Authority Surrey County Council (the Client) delivers maintenance and improvements to the highways as part of its requirement to make Surrey County a prosperous place. The needs of the network and budgets available are ever changing, and professional service contract needs to be a flexible arrangement to make sure that the Client delivers its' needs to maintain and improve the network and deliver both improvement and maintenance works on time and to budget. The Consultant needs to be highly innovative to help the Client meet these needs. The Client requires a professional highways consultancy service in relation to development proposals for all relevant Client schemes, including dealing with Local Planning Authorities, Highways Authorities and other consultees. The service consists of an infrastructure and asset management design, maintenance, and improvement service for the Client. The extent of service to be delivered through this contract is determined on value for money, complexity, capability, reputational risk, and quality of the service. It is in the Consultant's continuing interests to demonstrate that this contract is the best option for the Client. The service does not include construction works but may involve related professional services.

Lot Information

Lot 1

Consultants may be requested to develop or undertake the following (but not limited to) types of schemes or elements of the services during the term of this contract: * Design, contract preparation and site supervision of Bridges and Structures, maintenance and strengthening schemes; * Design of Carriageway Structural Maintenance, including carriageway reconstruction, resurfacing and drainage improvements; * Design for the maintenance, replacement and strengthening of Bridges and other structures including culverts and retaining walls and embankments; * Design for the improvement, maintenance and replacement of drainage infrastructure and systems both on and off highway; * Design of Road Restraint Systems (Vehicle and pedestrian); * CDM Regulations 2015; * Cycle infrastructure, including route assessments, design and facility improvement schemes; * Drainage Strategy and Design; * Development Management, Statutory Highways and Transportation Consultee; * Accident Investigation and Prevention and Route Safety Schemes; * Geotechnical advice, Geotechnical surveys, Ground radar surveys, Ground Infiltrations testing, Asbestos survey and testing; * Hydrogeology and hydrology, Contaminated Land-related Advice; * Highways and infrastructure improvement schemes, including junction improvements, Public Transport Improvements and public realm schemes, including 20mph Zones, Traffic Calming and Town/Village Centre Enhancements; * Highways and infrastructure structures and Geotechnical Asset Inspection and assessment; * Infrastructure Technical Design, including drainage and flooding; * Highway structures and Geotechnical Asset inspection and assessment; * Land agent services; * Local Transport Plan Design; * Public Consultation and public engagement services; * Project Management * Quantity Surveying; * Road safety audits and Road space audits and parking related client support; * Risk assessment for the design of road restraint systems on Local Authority Roads; * Safer routes to school and school safety zones schemes, including footway improvements and crossing facilities; * Strategic Transport Schemes; * Technical assessments and approvals; * Transport and Civils Projects; * Traffic Management; * Traffic Modelling; * Traffic Signals schemes; * Traffic Surveys; * Secondment of staff into the Council's premises, acting under direct instruction from the Council, in delivering any of the above Service Streams; * Supporting the Section 278 and Section 38 agreement process; * Waste sampling and testing for disposal to landfill. Additionally, consultants may be required to provide support for the following Maintenance and Improvement Schemes, specifically including design services: * Highway improvements; * Highway structures; * Safety fencing; * Traffic calming; * Footway and cycleway construction; * Carriageway construction; * Road bridges and structures; * Street lighting; * Traffic signals. Additional information: This Contract will be accessible to other departments and other local authorities. To access this contract, local authorities are required to contract through Surrey County Council.

Renewal: It is anticipated that the contract term will be a maximum of 9 years. Initial contract term of 5 years and then 2 x 2 year optional extension periods thereafter.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ecfd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018026-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71311210 - Highways consultancy services

71312000 - Structural engineering consultancy services

71313000 - Environmental engineering consultancy services

71315200 - Building consultancy services

71351220 - Geological consultancy services

Notice Value(s)

Tender Value
£49,500,000 £10M-£100M
Lots Value
£49,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£51,480,000 £10M-£100M

Notice Dates

Publication Date
1 Jul 20223 years ago
Submission Deadline
23 Nov 2021Expired
Future Notice Date
Not specified
Award Date
6 Jun 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SURREY COUNTY COUNCIL
Contact Name
Ahad Miah, Rob Davis
Contact Email
ahad.miah@surreycc.gov.uk, robert.davis@surreycc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
REIGATE
Postcode
RH2 8EF
Post Town
Redhill
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ26 East Surrey
Delivery Location
TLJ2 Surrey, East and West Sussex

Local Authority
Reigate and Banstead
Electoral Ward
South Park & Woodhatch
Westminster Constituency
Reigate

Supplier Information

Number of Suppliers
1
Supplier Name

ATKINS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02ecfd-2022-07-01T12:52:20+01:00",
    "date": "2022-07-01T12:52:20+01:00",
    "ocid": "ocds-h6vhtk-02ecfd",
    "initiationType": "tender",
    "tender": {
        "id": "DN1379",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "SCC AM Highways and Infrastructure Professional Services Contract",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71311210",
            "description": "Highways consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "As a Highway Authority Surrey County Council (the Client) delivers maintenance and improvements to the highways as part of its requirement to make Surrey County a prosperous place. The needs of the network and budgets available are ever changing, and professional service contract needs to be a flexible arrangement to make sure that the Client delivers its' needs to maintain and improve the network and deliver both improvement and maintenance works on time and to budget. The Consultant needs to be highly innovative to help the Client meet these needs. The Client requires a professional highways consultancy service in relation to development proposals for all relevant Client schemes, including dealing with Local Planning Authorities, Highways Authorities and other consultees. The service consists of an infrastructure and asset management design, maintenance, and improvement service for the Client. The extent of service to be delivered through this contract is determined on value for money, complexity, capability, reputational risk, and quality of the service. It is in the Consultant's continuing interests to demonstrate that this contract is the best option for the Client. The service does not include construction works but may involve related professional services.",
        "value": {
            "amount": 49500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Consultants may be requested to develop or undertake the following (but not limited to) types of schemes or elements of the services during the term of this contract: * Design, contract preparation and site supervision of Bridges and Structures, maintenance and strengthening schemes; * Design of Carriageway Structural Maintenance, including carriageway reconstruction, resurfacing and drainage improvements; * Design for the maintenance, replacement and strengthening of Bridges and other structures including culverts and retaining walls and embankments; * Design for the improvement, maintenance and replacement of drainage infrastructure and systems both on and off highway; * Design of Road Restraint Systems (Vehicle and pedestrian); * CDM Regulations 2015; * Cycle infrastructure, including route assessments, design and facility improvement schemes; * Drainage Strategy and Design; * Development Management, Statutory Highways and Transportation Consultee; * Accident Investigation and Prevention and Route Safety Schemes; * Geotechnical advice, Geotechnical surveys, Ground radar surveys, Ground Infiltrations testing, Asbestos survey and testing; * Hydrogeology and hydrology, Contaminated Land-related Advice; * Highways and infrastructure improvement schemes, including junction improvements, Public Transport Improvements and public realm schemes, including 20mph Zones, Traffic Calming and Town/Village Centre Enhancements; * Highways and infrastructure structures and Geotechnical Asset Inspection and assessment; * Infrastructure Technical Design, including drainage and flooding; * Highway structures and Geotechnical Asset inspection and assessment; * Land agent services; * Local Transport Plan Design; * Public Consultation and public engagement services; * Project Management * Quantity Surveying; * Road safety audits and Road space audits and parking related client support; * Risk assessment for the design of road restraint systems on Local Authority Roads; * Safer routes to school and school safety zones schemes, including footway improvements and crossing facilities; * Strategic Transport Schemes; * Technical assessments and approvals; * Transport and Civils Projects; * Traffic Management; * Traffic Modelling; * Traffic Signals schemes; * Traffic Surveys; * Secondment of staff into the Council's premises, acting under direct instruction from the Council, in delivering any of the above Service Streams; * Supporting the Section 278 and Section 38 agreement process; * Waste sampling and testing for disposal to landfill. Additionally, consultants may be required to provide support for the following Maintenance and Improvement Schemes, specifically including design services: * Highway improvements; * Highway structures; * Safety fencing; * Traffic calming; * Footway and cycleway construction; * Carriageway construction; * Road bridges and structures; * Street lighting; * Traffic signals. Additional information: This Contract will be accessible to other departments and other local authorities. To access this contract, local authorities are required to contract through Surrey County Council.",
                "value": {
                    "amount": 49500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is anticipated that the contract term will be a maximum of 9 years. Initial contract term of 5 years and then 2 x 2 year optional extension periods thereafter."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Please refer to the Selection Questionnaire."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351220",
                        "description": "Geological consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311210",
                        "description": "Highways consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315200",
                        "description": "Building consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ2"
                    },
                    {
                        "region": "UKJ2"
                    }
                ],
                "deliveryLocation": {
                    "description": "Surrey"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://supplierlive.proactisp2p.com",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The appointed supplier will be required to actively participate in the achievement of social and/or environmental objectives. Accordingly contract performance conditions will relate in particular to social, environmental or other corporate social responsibility considerations. Further details can be found in the procurement documents and the contract.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-11-23"
        },
        "secondStage": {
            "invitationDate": "2022-01-10T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": true,
        "reviewDetails": "Any appeals should be promptly brought to the attention of the Executive Director of ETI of the Council at the address specified in Section I) above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the time-scales specified by the applicable law, including, without limitation, the Public Contracts Regulations 2015. In accordance with such Regulations, the Council will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers."
    },
    "parties": [
        {
            "id": "GB-FTS-31828",
            "name": "Surrey County Council",
            "identifier": {
                "legalName": "Surrey County Council"
            },
            "address": {
                "locality": "Reigate",
                "region": "UKJ2",
                "postalCode": "RH2 8EF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ahad Miah",
                "email": "ahad.miah@surreycc.gov.uk",
                "url": "https://supplierlive.proactisp2p.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.surreycc.gov.uk",
                "buyerProfile": "https://supplierlive.proactisp2p.com",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3462",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079477882"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-6907",
            "name": "Surrey County Council",
            "identifier": {
                "legalName": "Surrey County Council"
            },
            "address": {
                "streetAddress": "Woodhatch Place, 11 Cockshot Hill",
                "locality": "Reigate",
                "region": "UKJ2",
                "postalCode": "RH2 8EF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Rob Davis",
                "email": "robert.davis@surreycc.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.surreycc.gov.uk/",
                "buyerProfile": "https://supplierlive.proactisp2p.com",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-40446",
            "name": "Atkins Limited",
            "identifier": {
                "legalName": "Atkins Limited"
            },
            "address": {
                "locality": "Epsom",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-92",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6907",
        "name": "Surrey County Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "018026-2022-1",
            "relatedLots": [
                "1"
            ],
            "title": "SCC AM Highways and Infrastructure Professional Services Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-40446",
                    "name": "Atkins Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "018026-2022-1",
            "awardID": "018026-2022-1",
            "title": "SCC AM Highways and Infrastructure Professional Services Contract",
            "status": "active",
            "value": {
                "amount": 51480000,
                "currency": "GBP"
            },
            "dateSigned": "2022-06-07T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}