Construction Contract Leads
East of England
Category Services
Type
No. of Lots 1
Status Active
Published 10th Feb 2025
Reference | ocds-h6vhtk-04457f |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Competitive dialogue |
Value | £140,000,000 |
East of England
Category Services
Type
No. of Lots 1
Status Active
Published 10th Feb 2025
Reference | ocds-h6vhtk-04457f |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Competitive dialogue |
Value | £140,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Norfolk County Council
County Hall, Martineau Lane - Please do not send correspondence by post
Norwich
NR1 2DH
Contact
Sarah Hardy
sourcingteam [at] norfolk.gov.uk
Country
United Kingdom
NUTS code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned 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 Infrastructure Professional Services Contract
Reference number
NCCT42829
II.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
II.1.3) Type of contract
Services
II.1.4) Short description
Norfolk County Council is re-procuring its Works ( Term Maintenance Contract), its Highways and Infrastructure Professional Services Contract and its Traffic Signals, Digital Innovation and Electrical Services Contract. These contracts will be separate procurement exercises. This Contract Notice concerns the professional services contract only.The contract will provide Norfolk County Council with highway design services and specialist expertise required for the development of schemes. This work will be carried out collaboratively with Norfolk County Council’s in-house teams. A range of expertise will be required including highway design, environmental assessments, carbon assessments, archaeology and heritage, transport planning, planning, intelligent transport services and bridges and structures. Potential bidders should note that although architectural services are named in the CPV codes the core services of this procurement is highways related.
II.1.5) Estimated total value
Value excluding VAT: £140,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71311300 - Infrastructure works consultancy services
- 71356400 - Technical planning services
- 79410000 - Business and management consultancy services
- 71244000 - Calculation of costs, monitoring of costs
- 71313400 - Environmental impact assessment for construction
- 72130000 - Computer-site planning consultancy services
- 71311210 - Highways consultancy services
- 71313420 - Environmental standards for construction
- 71240000 - Architectural, engineering and planning services
- 71245000 - Approval plans, working drawings and specifications
- 90713000 - Environmental issues consultancy services
- 71310000 - Consultative engineering and construction services
- 71311200 - Transport systems consultancy services
- 71312000 - Structural engineering consultancy services
- 71530000 - Construction consultancy services
- 71600000 - Technical testing, analysis and consultancy services
- 71241000 - Feasibility study, advisory service, analysis
- 71400000 - Urban planning and landscape architectural services
- 71242000 - Project and design preparation, estimation of costs
- 71300000 - Engineering services
- 71000000 - Architectural, construction, engineering and inspection services
- 90711000 - Environmental impact assessment other than for construction
- 71500000 - Construction-related services
- 71410000 - Urban planning services
- 71200000 - Architectural and related services
- 71248000 - Supervision of project and documentation
- 71311000 - Civil engineering consultancy services
- 71320000 - Engineering design services
II.2.3) Place of performance
NUTS codes
- UKH17 - Breckland and South Norfolk
- UKH16 - North and West Norfolk
- UKH15 - Norwich and East Norfolk
Main site or place of performance
Norfolk
II.2.4) Description of the procurement
The contract will provide Norfolk County Council with highway design services and specialist expertise required for the development of schemes. This work will be carried out collaboratively with Norfolk County Council’s in-house teams. A range of expertise will be required including highway design, environmental assessments, carbon assessments, archaeology and heritage, transport planning, planning, intelligent transport services and bridges and structures.Potential bidders should note that although architectural services are named in the CPV codes the core services of this procurement is highways related.
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: £140,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
168
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
As per the Pre-Qualification Questionnaire
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
II.2.14) Additional information
The contract is for an initial term of 84 months with the right to extend by 2 further periods of 36 months each plus a further 12 months.
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-007638
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
17 March 2025
Local time
2:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 April 2025
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)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The duration of contract (Service Period) given in section 11.2.7 is the full contract length, excluding contract mobilisation activities to be undertaken in parallel with the existing contract period. The contract is for an initial term of 7 years with the right to extend by 2 further periods of 3 year years each plus one further year. If necessary,services that commence during the Service Period may be completed after its end.The contract value in this notice is an estimate as contractual volumes will fluctuate depending on available funding. The figure is based on the full term of 14 years and is exclusive of VAT. The contract value will be subject to indexation and the values given here are in 2024 prices before the application of indexation.Norfolk County Council is offering exclusivity on the schemes which will be delivered by the Works Contractor up to the estimated construction value of £20m, subject to performance, benchmarking and ability to sub-contract with specialist providers.Norfolk County Council expressed interest in the government’s Devolution Priority Programme and has been accepted. This process has the potential to lead to the establishment of a county combined authority for Norfolk and Suffolk, with strategic powers, headed by an elected mayor. Government is also expected to invite participation by Norfolk in Local Government Review. This process has the potential to lead to unitary local government in Norfolk. The contract may be assigned or novated to any successor authority(ies) to Norfolk County Council or to any joint body incorporating any such successor. The Service Manager will be entitled to instruct the provision of services under the contract for the benefit of any local authority serving all or part of the area currently served by Norfolk County Council and Suffolk County Council. The firm appointed will be required to give undertakings to the beneficiary authority, via NEC clause X8 or otherwise. No commitment is given to instruct any such services and no exclusivity is offered in this respect.This procurement will be managed electronically via the Council`s e-procurement system. To participate in this procurement, applicants must first be registered on the system at . Full instructions for registration and use of the system can be found at . Once registered you will be able to see the procurement project under the `tenders` section and `express an interest` to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support [at] in-tend.co.uk. If you are interested in bidding, please register for the project and then send correspondence confirming your interest and that you wish to have access to the contractual documents ( In draft) that will be accessed via SharePoint.
VI.4) Procedures for review
VI.4.1) Review body
he Public Contracts Regulations 2015 (as amended) 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). Proceedings must be brought within 30 days from the date of knowledge (the date
London
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for lodging appeals: The Public Contracts Regulations 2015 (as amended) 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).Proceedings must be brought within 30 days from the date of knowledge (the date on which the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) unless the Court considers that there is good reason for extending the period within which proceedings may be brought, in which case the Court may extend that period up to a maximum of 3 months from the date of knowledge.