On the 13th August 2025, as part of an Open
Tender procurement process, invitation to tender (ITT) documents
were uploaded on ProContract for the Engineers Consultancy
Framework, which will run from 2025 to 2029.
The new framework will comprise of 5 Lots as follows:
• Lot 1 – Highway/ Park and Ride/ Interchange
• Lot 2 – Light Rail
• Lot 3 – Heavy Rail
• Lot 4 – Facilities Management and Sustainability
• Lot 5 – Strategy and Policy
Tenders were received on Wednesday 2nd October in the prescribed
manner as instructed on the ITT documentation. A total of 17
companies submitted bids in total, with most going for more than
one Lot. 9 companies opted to apply for Lots 1, 3 and 4 and 8
companies opted for Lots 2 & 4.
The estimated contract value of each Lot over the 4-year period is
as follows:
• Lot 1 - £2,000,000
• Lot 2 - £5,000,000
• Lot 3 - £500,000
• Lot 4 - £750,000
• Lot 5 - £750,000
The basis for selection of the Engineering Consultants for all 5
Lots involved an evaluation based on 70% quality and 30%
price.
Tenderers were required to pass the standards set for technical and
professional ability and economic and financial standing. They also
needed to achieve a minimum quality mark of 60, to continue the
evaluation process to factor in the tender price. Representatives
from Projects Delivery, Rail and Tram teams were involved in the
evaluation process. Overall, the quality of the submissions was
excellent, and the final selections for each Lot were decided by
very small margins.
Two tenderers (All Lot 4) failed to meet the minimum quality
threshold of 60.
A key difference with the new framework compared to the
existing
framework will be the ability to award directly to the highest
scoring
provider in each lot for call-offs estimated at below
£50,000. The previous threshold was £25,000. It should
be noted that this is not a guaranteed route and SYMCA has reserved
the right to hold mini competitions between all the providers on a
lot.
The published ITT documents stated that SYMCA would like to appoint
a maximum of 4 consultants in each of Lot. The outcomes of the
evaluation process are set out below:
Lot 1 – Highway/ Park and Ride/ Interchange
Table included on PDF document.
Lot 2 – Light Rail
Table included on PDF document.
Lot 3 – Heavy Rail
Table included on PDF document.
Lot 4 – Facilities Management and Sustainability
Table included on PDF document.
Lot 5 – Strategy and Policy
Table included on PDF document.
SYMCA is not bound to use the framework for appointments. The
approval requested by this report has no financial implications on
its own. Approval to make appointments using this framework will be
sought in line with the requirements of SYMCA Contract
Procedures.
Decision type: Non-key
Decision status: Recommendations Approved
Notice of proposed decision first published: 10/01/2025
Decision due: 10 Jan 2025 by Executive Director of Transport
Contact: Melanie Corcoran, Executive Director of Transport Email: Melanie.Corcoran@SouthYorkshire-ca.gov.uk Email: melanie.corcoran@southyorkshire-ca.gov.uk.