Construction Tenders

Sat July 27 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 26th Jul 2024

Tender Details
Referenceocds-h6vhtk-048529
Common Procurement VocabularyNoise-control consultancy services
Procurement MethodOpen procedure
Value£120,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 26th Jul 2024

Tender Details
Referenceocds-h6vhtk-048529
Common Procurement VocabularyNoise-control consultancy services
Procurement MethodOpen procedure
Value£120,000

Section I: Contracting authority

I.1) Name and addresses

Department for Transport

Great Minster House, 33 Horseferry Road

London

SW1P 4DR

Contact

GCD CRM Rail

Email

GCDCRMRail [at] dft.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-transport

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://dft.app.jaggaer.com/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://dft.app.jaggaer.com/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://dft.app.jaggaer.com/web/login.html

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

TRHS0010 - Acoustic Consultant for High Speed Two (HS2)

II.1.2) Main CPV code

  • 71313100 - Noise-control consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

The Department for Transport (DfT) is seeking an external supplier for the provision of advice and support in relation to the determination of noise appeals under Schedule 27 to the High Speed Rail (London-West Midlands) Act 2017 and Schedule 26 to the High Speed Rail (West Midlands-Crewe) Act 2021. These appeals, should they occur, would be between High Speed Two (HS2) Ltd (HS2 Ltd), which is the nominated undertaker for the HS2 project, and relevant local authorities.

II.1.5) Estimated total value

Value excluding VAT: £120,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90742000 - Services related to noise pollution

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The DfT is seeking an acoustic consultancy service which is specialised in construction noise to provide timely, high quality and specialist independent advice and support on a call-off basis in relation to the determination of any noise appeals which might occur under Schedule 27 to the High Speed Rail

(London-West Midlands) Act 2017 and (if applicable) Schedule 26 to the High Speed Rail (West Midlands-Crewe) Act 2021.

The work of the acoustic consultant is expected to include (but is not limited to):

• Investigation of the decision of the local authority as to whether the refusal to give consent, imposition of conditions on approval, or serving of a notice are appropriate; and

• Preparing a report for Secretaries of State outlining the conclusions of investigation and presenting them with a recommendation.

The acoustic consultant will be required to work to all of the following key deliverables:

• Reading the appeal and associated information provided by the parties;

• Attending site visits, as appropriate;

• Gathering and obtaining supporting information (e.g. through modelling or monitoring) as required to reach an informed conclusion;

• Writing a report outlining conclusions and recommendation;

• Attending meetings with DfT/Defra officials as required;

• Answering queries raised by DfT/Defra officials and/or the Secretaries of State, as required;

• Updating DfT on progress with the investigation on a weekly basis (or as required); and

• Informing DfT of any new risks, and providing an explanation of how any existing risks are being managed, on a weekly basis (or as required).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract will run from September 2024 to August 2027 (a duration of three years in total) with the option to extend for a further two years in increments of 12 months, depending on the remaining number of consents to be made by HS2 Ltd and the number of appeals that are likely to occur.

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.2) Conditions related to the contract

III.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Must be or work in collaboration with an acoustic consultancy service which is specialised in construction noise.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

23 August 2024

Local time

5:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

27 August 2024

Local time

8:00am


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 England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom