Tenders

Professional Services Contract for Cambridgeshire County Council

Open
Deadline
272 days left
December 01, 2026
Contract Details
Category
Other
Reference
009043-2026
Value
£42,000,000
Location
East Anglia, United Kingdom
Published
February 24, 2026
CPV Code
Project Timeline

Tender Published

February 02, 2026

Deadline for Questions

November 24, 2026

Submission Deadline

December 01, 2026

Contract Start Date

December 01, 2026

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£42,000,000
Duration
48 months
Location
East Anglia
Type
Other
67
Quality Score/100
Good

Original Tender Description

The Highways and Transport Services delivered by the Council impact on the lives of everyone living, working, learning, and travelling in the County every day. The Council needs to ensure that it is in a position to respond to the changing needs of Cambridgeshire's residents, meeting both short and long-term challenges, whilst also providing support to the people that need us most. In March 2025 the Highways and Transport Committee approved a procurement strategy for the future commissioning and delivery of highways and transport. The main goal of this strategy is to secure best value in the management of these Services by improving the efficiency, effectiveness and the customer experience of these Services. This will be based on engaging the appropriate segment of the market to deliver the best results for the service the Council needs to procure. The Council has sought to appoint an experienced Consultant who fundamentally understands and shares its' long-term vision of a greener, fairer and more caring Cambridgeshire to Provide the Service. The Consultant will work collaboratively with the Council to deliver the Councils Strategic Framework 2023 - 2028 through achieving best value in the management of the highway network for the benefit of all communities that use Cambridgeshire's highway infrastructure. The Council anticipates that the Services required under the Professional Services Contract ("PSC") will consist of: Transport Solutions, Project Delivery Studies, Consultation and Stakeholders, Planning and Statutory Services, Design Services (feasibility, preliminary and detailed), Commercial Services, Surveys and investigation, Environmental Services, Future Mobility Services, Construction Phase Services, Any other relevant/related Services. The Council has an existing in-house design team, so it is looking to supplement and support that through the PSC. To do this, it needs access to technical specialities over and above simple design resource and the PSC will also be used to represent the Council with other suppliers e.g. through construction management. It intends to appoint a single provider, for an initial term of four years, with the option to extend for a further period or periods of up to an additional three years, resulting in a total potential duration of up to seven years. Any mobilisation period between the Contract Date and the Service Commencement Date is separate from, and in addition to, the Service period set out in this Tender Notice. The Services will be instructed entirely by Task Order under the contractual mechanism and that there is no minimum guaranteed volume or value of work under the Contract. The Council reserves the right to place Services similar to the service under this Contract with other service providers or to carry them out itself or not at all. Task Orders may be instructed at any time up until the final day of the Service Period and in the event, there is unfinished work under Task Orders at the end of the Service Period the Service Period will be extended until those Task Orders are complete. Interested parties should refer to the draft Contract in the associated tender documents for further details. Under the wider Local Government Reform (LGR) agenda the Government has stated its intention to restructure remaining two-tier areas in England into single tier unitary authorities. This programme aims to streamline local government structures, improve accountability, and achieve efficiencies. As Cambridgeshire currently operates under a two-tier system, LGR is expected to affect the Council during the lifetime of this Contract. As the timing and scale of these changes are not yet confirmed, LGR may result in modifications to this Contract. Potential impacts include changes to the contracting authority through novation, variations in service volumes or values, and adjustments to the scope of Services required. Any changes will remain aligned to the existing nature of the Contract, although related additional Services may be required. A number of successor authorities may require access to the Services and the Contract will accommodate their entitlement to do so. Applicants should be aware of this forthcoming reform and be prepared to work collaboratively with the Council to support transition and ensure continuity of Services. The financial values set out in this Tender Notice are indicative estimates and are presented at current prices as of the date of publication, therefore may be subject to change. The Council is providing the total estimated value of the Contract in accordance with the PA23 requirements on valuing contracts and for transparency purposes. The estimate is however provided purely as a guide, and the Council makes no guarantees in terms of scope, demand, or costs. Full details of the procurement procedure, the intended Contract, required Services, and the process for expressing an interest in this opportunity are detailed within the associated tender documents. The Council reserves the right to abandon the procurement and is not bound to award any contract arising from this Tender Notice. Applicants are solely responsible for all costs and expenses incurred in relation to the preparation and submission of their PSQ Response, as well as any costs arising from participation in subsequent stages of the procurement, assessment, and contract award process.

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

22 requirements across 5 categories

Submission (4)
Mandatory (1)
Compliance (4)
Technical (10)
Financial (3)
SUBMISSION REQUIREMENTS4
--Submit a PSQ (Pre-Qualification Questionnaire) Response.
--Adhere to the Submission Deadline of 2026-12-01T00:00:00+00:00.
--Refer to the associated tender documents for full details of the procurement procedure, intended Contract, required Services, and the process for expressing interest.
MANDATORY EXCLUSION GROUNDS1
--No specific mandatory exclusion grounds are explicitly stated in the provided tender notice. Bidders should refer to the full tender documents for details.
ELIGIBILITY REQUIREMENTS4
--Be an experienced Consultant.
--Be prepared to be appointed as a single provider.
--Be prepared to work collaboratively with the Council to support transition and ensure continuity of Services during potential Local Government Reform (LGR).
TECHNICAL CAPABILITY REQUIREMENTS10
--Demonstrate a fundamental understanding of and share the Council's long-term vision of a greener, fairer, and more caring Cambridgeshire.
--Possess the capability to provide a comprehensive range of highways and transport professional services, including but not limited to: Transport Solutions, Project Delivery Studies, Consultation and Stakeholders, Planning and Statutory Services, Design Services (feasibility, preliminary and detailed), Commercial Services, Surveys and investigation, Environmental Services, Future Mobility Services, and Construction Phase Services.
--Be able to supplement and support the Council's existing in-house design team.
FINANCIAL REQUIREMENTS3
--No specific financial capacity requirements are explicitly stated in the provided tender notice. Bidders should refer to the full tender documents for details.
--Acknowledge that there is no minimum guaranteed volume or value of work under the Contract.
--Acknowledge that the estimated contract value of 42,000,000 EUR is indicative and not guaranteed.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

4 documents available with AI summaries

OCDS RecordDOC
009043-2026_ocds_record.json

This OCDS record details Cambridgeshire County Council's restricted tender for an experienced consultant to provide comprehensive highways and transport professional services, aiming to enhance efficiency and customer experience over a potential seven-year term.

OCDS Release PackageDOC
009043-2026_ocds_release.json

Download failed - no summary available

Official PDF VersionPDF
009043-2026_official.pdf

Cambridgeshire County Council seeks an experienced consultant for a 4-7 year Professional Services Contract to deliver comprehensive highways and transport services, supplementing their in-house team with technical specialities and supporting their strategic framework.

Tender NoticeHTM
009043-2026.html

Cambridgeshire County Council is seeking an experienced consultant for a 4-7 year Professional Services Contract to manage and enhance highways and transport services, supplementing their in-house team with technical specialities and supporting the Council's strategic framework, with potential adjustments due to future Local Government Reform.

Documents Preview

Sign up to view document summaries and analysis

67
Good

Tender Quality Score

This tender for professional highways and transport services is well-described with a generous submission period, but critically lacks explicit evaluation criteria and e-submission, impacting clarity and fairness.

Score Breakdown

Legal Compliance75/100

The tender generally appears compliant with UK national procurement regulations, referencing PA23 requirements. The CPV code is appropriate, and there are no reported disputes. However, the absence of a reveal date, missing procedure codes, and the liable person's name are minor disclosure deficiencies.

Missing reveal date for full transparency of process start
Missing procedure type and code
Clarity60/100

The description of the services, context, and the Council's vision is very clear and comprehensive. The AI-extracted requirements are also well-articulated. However, the critical absence of specified evaluation criteria significantly hinders bidders' understanding of how proposals will be assessed, which is a major clarity issue.

No evaluation criteria specified
Completeness70/100

Basic information, estimated value, duration, and deadlines are provided. While documents are listed, one failed to download, and crucial details like mandatory exclusion grounds and specific financial requirements are only referenced as being in external documents. The explicit lack of evaluation criteria is a significant completeness gap within the provided notice.

No evaluation criteria specified
Missing liable person and procedure codes
Fairness65/100

The disclosed estimated value and the exceptionally long submission deadline (almost 10 months from today's date) contribute positively to fairness. However, the absence of evaluation criteria creates a significant transparency issue, potentially leading to subjective assessment. The lack of e-submission also limits equal access and modern procurement practices.

No evaluation criteria specified
No e-submission capability
Practicality65/100

The lack of electronic submission is a notable practical drawback for bidders. While the contract start date is clarified in the description, its initial presentation as identical to the submission deadline could cause minor confusion. Financing and duration details are clearly specified.

No e-submission capability
Contract start date initially ambiguous (though clarified in description)
Data Consistency70/100

Most dates are logical, and there are no reported disputes. However, there is a clear contradiction between the 'Characteristics: Divided into Parts' and the description's statement of intent to appoint 'a single provider'. Missing administrative fields (liable person, procedure codes) also indicate minor data gaps.

Contradiction between 'Characteristics: Divided into Parts' and 'intends to appoint a single provider'
Missing liable person and procedure codes
Sustainability50/100

The Council's vision mentions a 'greener, fairer and more caring Cambridgeshire', and 'Environmental Services' and 'Future Mobility Services' are part of the scope. However, the tender notice does not explicitly integrate specific green, social, or innovation criteria into the procurement process or evaluation, representing a missed opportunity.

No explicit green procurement criteria
No explicit social criteria

Strengths

Detailed and clear description of services and context
High estimated value and long potential contract duration
Very generous submission deadline (almost 10 months)
Estimated value is disclosed and not classified
Appropriate CPV code assigned

Concerns

Critical: Absence of specified evaluation criteria
Lack of e-submission capability
Contradiction regarding provider structure ('Divided into Parts' vs. 'single provider')
Missing administrative details (liable person, procedure codes)
Sustainability, social, and innovation aspects not explicitly integrated into tender requirements

Recommendations

1. Immediately publish detailed evaluation criteria and their weighting to ensure transparency and fairness for all bidders.
2. Clarify the 'Divided into Parts' characteristic in relation to the 'single provider' intent to avoid confusion.
3. Implement e-submission for improved accessibility, efficiency, and security of the procurement process.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Add to Pipeline