Opportunity

Accessible Oldham Strategic Partnership

  • Oldham Council

F02: Contract notice

Notice reference: 2021/S 000-000709

Published 13 January 2021, 6:02pm



Section one: Contracting authority

one.1) Name and addresses

Oldham Council

Unit 13, Link Business Centre

Oldham

OL1 1DZ

Contact

Mr Dan Cheetham

Email

dan.cheetham@oldham.gov.uk

Telephone

+44 1617703721

Country

United Kingdom

NUTS code

UKD - NORTH WEST (ENGLAND)

Internet address(es)

Main address

http://www.oldham.gov.uk/

Buyer's address

http://www.oldham.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=8896f240-c155-eb11-8106-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=8896f240-c155-eb11-8106-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Accessible Oldham Strategic Partnership

Reference number

DN519967

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Oldham Council has a strategy to deliver a series of highway improvement and high specification public realm projects in and around Oldham Town Centre. Accessible Oldham is a package of measures to transform the accessibility and connectivity to and around Oldham Town Centre by all modes as part of an ambitious vision and development strategy for investment in the Town Centre.

The Accessible Oldham Strategic Partnership Agreement (AOSPA) is intended to promote a partnering and collaborative approach to delivering a programme of construction works and create a strategic environment where Supplier and the Council (as Employer) work together to optimise delivery by learning and working together and continually improving the services.

It is the intention of the Authority to appoint a single Supplier who will deliver the entire programme of works, however the Authority will also appoint a Reserve Supplier who may be invited to deliver Work Orders.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

This is a competitive procurement in accordance with the Competitive Procedure with Negotiation under the Public Contract Regulations 2015 (SI 2015 No.102) (as amended) and such other UK regulations implementing its provisions as may be made from time to time.

This Selection Questionnaire (SQ) represents the first stage of the process and the Authority intends to invite a maximum of the highest scoring 5 Tenderers to the next stage of the process “Stage 2 – ITN”.

The Authority reserves the right to award contract(s) on the basis of the initial tender submissions without entering into any form of negotiation.

The Authority also reserves the right to enter negotiations with Tenderers.

The Employer’s Requirements (including Parts A, B, & C), and specifically the Strategic Partnership Framework Information published as part of this tender, constitute the minimum requirements.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Detailed within the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 February 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

5 March 2021

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Oldham Borough Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contract Regulations 2015 (SI 2015 No.102) (as amended) provides 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).

six.4.4) Service from which information about the review procedure may be obtained

Oldham Borough Council

Oldham

Country

United Kingdom