Contract notice

Information

Published

Expire date: 31/08/2022

External Reference: 2022-598385

FTS Reference: 2022-020484

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Leeds City Council
171459162
Civic Hall, 3rd Floor West,
Leeds
LS1 1UR
UK
NUTS code:  UKE42 -  Leeds
Internet address(es):
City of Bradford Metropolitan District Council
City Hall
Bradford
BD1 1HY
UK
NUTS code:  UKE41 -  Bradford
Internet address(es):
The Borough Council of Calderdale
3rd Floor, Princess Buildings, Princess Street
Halifax
HX1 1TS
UK
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
Kirklees Council
Market Street
Huddersfield
HD1 1WG
UK
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
Wakefield Metropolitan District Council
Wakefield One, Burton St.
Wakefield
WF1 2EB
UK
NUTS code:  UKE45 -  Wakefield
Internet address(es):
City of York Council
West Offices, Station Rise
York
YO1 6GA
UK
NUTS code:  UKE21 -  York
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=48203&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Highways and Transportation Cost Consultancy Services
Reference number:  54421
II.1.2)

Main CPV code

66171000  -  Financial consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Provision of cost management services for Highways and Transportation.
This tender is being conducted by Leeds City Council (LCC) on its behalf but will also be available for members of the Yorkshire Highway Alliance and any other local authority (as defined in the local Government Act 1972) and any Contracting Authority created as a wholly owned subsidiary of the Local Authorities within the Yorkshire and Humber Region.
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

66170000  -  Financial consultancy, financial transaction processing and clearing-house services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311200  -  Transport systems consultancy services
71311210  -  Highways consultancy services
71530000  -  Construction consultancy services
II.2.3)

Place of performance

NUTS code:  UKE42 -  Leeds
II.2.4)

Description of the procurement

Provision of cost management services for Highways and Transportation.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
After 24 months, up to 2x12 month extensions may be offered
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 III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

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
Framework agreement with a single operator
IV.1.8)

Information about the 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:  31/08/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  31/08/2022
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

The High Court of Justice
The Strand, London
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
Where necessary in order to comply with the Public Contracts Regulations 2015 this authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in 1.1. If an appeal regarding the award of a contract has not been successfully resolved the ( for Public Sector ) Public Contracts Regulations 2015 ( SI 2015 No 102 ) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 30 days beginning with the date when the tenderer first knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.