Section one: Contracting authority
one.1) Name and addresses
Northamptonshire County Council
1 Angel Square
Northampton
NN1 1ED
procurement@northamptonshire.gov.uk
Country
United Kingdom
NUTS code
UKF24 - West Northamptonshire
Internet address(es)
Main address
https://www.northamptonshire.gov.uk/pages/default.aspx
Buyer's address
https://procontract.due-north.com/Login
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=ac28bcbd-8da5-ea11-8103-005056b64545
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=ac28bcbd-8da5-ea11-8103-005056b64545
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
Northamptonshire County Council - Highway Services (on behalf of West Northamptonshire and North Northamptonshire Councils)
Reference number
DN418770
two.1.2) Main CPV code
- 45233000 - Construction, foundation and surface works for highways, roads
two.1.3) Type of contract
Works
two.1.4) Short description
Highways network infrastructure maintenance and management services; traffic signalisation and intelligent transport services; county structures maintenance and regulatory functions
two.1.5) Estimated total value
Value excluding VAT: £1,200,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
West Northamptonshire Highway Services
Lot No
1
two.2.2) Additional CPV code(s)
- 34929000 - Highway materials
- 44113700 - Road-repair materials
- 44113800 - Road-surfacing materials
- 44113810 - Surface dressing
- 44113900 - Road-maintenance materials
- 44113910 - Winter-maintenance materials
- 45221100 - Construction work for bridges
- 45221110 - Bridge construction work
- 45221111 - Road bridge construction work
- 45232440 - Construction work for sewage pipes
- 45232450 - Drainage construction works
- 45232451 - Drainage and surface works
- 45233139 - Highway maintenance work
- 60112000 - Public road transport services
- 60130000 - Special-purpose road passenger-transport services
- 60170000 - Hire of passenger transport vehicles with driver
- 71240000 - Architectural, engineering and planning services
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
- 71340000 - Integrated engineering services
- 77211300 - Tree-clearing services
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
- 77310000 - Planting and maintenance services of green areas
- 77320000 - Sports fields maintenance services
- 77340000 - Tree pruning and hedge trimming
- 90610000 - Street-cleaning and sweeping services
- 90620000 - Snow-clearing services
- 90640000 - Gully cleaning and emptying services
- 90690000 - Graffiti removal services
- 90914000 - Car park cleaning services
- 92222000 - Closed circuit television services
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
two.2.4) Description of the procurement
Lot 1 covers the area of West Northamptonshire comprising the current districts and boroughs of Daventry, Northampton and South Northamptonshire. Further detail on the area can be found in the Descriptive Document. Northamptonshire County Council (NCC) is currently the highway authority for West Northamptonshire with services covered by this procurement undertaken by or on behalf of NCC and the district/borough councils of the administrative areas referred to above. On 1 April 2021, West Northamptonshire Council (WNC) will take over responsibility for these services. NCC is commencing this procurement on behalf of the future WNC for the delivery of highway services in West Northamptonshire.
The objective of the procurement is to appoint a qualified competent service provider to deliver high quality value for money highways maintenance and other related services, including potential for design on behalf of WNC.
This procurement covers the provision of:
• highways asset management;
• highway reactive maintenance and emergency service;
• highway routine maintenance (both revenue and capital);
• traffic signal maintenance;
• severe weather service (including winter service);
• third party liability claims (red & green);
• urban traffic management control;
• highways capital projects design and implementation (minor improvement schemes); and
• highways bridges and structures design and works.
WNC will also have the option to expand the delivery by the service provider at any time during the contract term to cover the following possible highways and related services:
• major highways capital projects;
• maintenance of non-highway and highway assets, including: roads and footways; bridges and structures, drainage systems, balancing ponds, bus parking areas, cycleways, footpaths/ public rights of ways, surface and multi-storey car parks;
• street cleansing;
• arboricultural works;
• verge maintenance and
• grounds maintenance.
This procurement does not cover WNC's functions relating to street lighting which are delivered through a separate PFI arrangement. There are several service areas that are currently planned to be delivered direct by WNC and it is not anticipated that they will be delivered through this procurement but WNC has the option to expand the scope of delivery during this procurement or at any point during the contract term to include any or all of these services (and further detail on the circumstances where this may occur is contained within the Descriptive Document):
• client transport planning and provision;
• transport policy and strategy;
• highways development management;
• capital project delivery co-ordination;
• New Roads and Street Works Act 1991;
• regulation & enforcement;
• investigations, searches and definitive maps;
• travel choices;
• parking enforcement;
• community liaison
The scope of the service from commencement is anticipated to be an area of dialogue during the process and further details on this are contained within the Descriptive Document.
The procurement will allow for the submission of variant bids as further detailed in the procurement documents.
A single contract will be entered into in respect of Lot 1 with one provider. Further detail on the current proposals for the contractual structure can be found in the Descriptive Document. The contract will operate for a minimum term of seven years with possible scope for extensions up to a maximum of fourteen years from commencement. The valuation of this Lot 1 includes the use of all extension capacity and the possible options to expand the service delivery during the contract term. A breakdown of the Lot value can be found in the Descriptive Document.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £684,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
168
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
The highest scoring qualifying candidates will be invited to submit an outline solution. The authority has further detailed in the SQ documents the criteria that candidates will be assessed against. The authority has retained flexibility to invite at least six candidates and not more than eight candidates. The authority's approach for deciding whether to invite the seventh and eighth highest scoring candidates is detailed in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The contract will be awarded for an initial term of seven years and thereafter there will be options to extend the term up to a maximum (from the commencement date) of fourteen years. Further information and proposed conditions for extensions are detailed in the procurement documents.
The duration quoted at II.2.7 is for the maximum duration, including all possible extensions, with initial term being seven years (84 months).
two.2.14) Additional information
This procurement process is being commenced by Northamptonshire County Council. On 1 April 2021, the structure of local government in Northamptonshire will change. The functions of Northamptonshire County Council and the district / borough councils in Northamptonshire will vest in two new authorities: West Northamptonshire Council and North Northamptonshire Council. From this point, the two new authorities will jointly take over this procurement process. Please see the procurement documents for further detail on how the two Authorities will manage the procurement. The Lot structure of this procurement reflects that there will be two Contracts awarded - one for each new authority's area. It is possible that the same provider is appointed by each new authority but there will still be separate Contracts.
The procurement process being utilised here is competitive dialogue and will be undertaken in accordance with the Public Contracts Regulations 2015. As detailed in the procurement documents, the dialogue will be targeted at specific areas of the solution to facilitate a focused competitive dialogue "light" process.
two.2) Description
two.2.1) Title
North Northamptonshire
Lot No
2
two.2.2) Additional CPV code(s)
- 34929000 - Highway materials
- 44113700 - Road-repair materials
- 44113800 - Road-surfacing materials
- 44113810 - Surface dressing
- 44113900 - Road-maintenance materials
- 44113910 - Winter-maintenance materials
- 45221100 - Construction work for bridges
- 45221110 - Bridge construction work
- 45221111 - Road bridge construction work
- 45232440 - Construction work for sewage pipes
- 45232450 - Drainage construction works
- 45232451 - Drainage and surface works
- 45233139 - Highway maintenance work
- 60112000 - Public road transport services
- 60130000 - Special-purpose road passenger-transport services
- 60170000 - Hire of passenger transport vehicles with driver
- 71240000 - Architectural, engineering and planning services
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
- 71340000 - Integrated engineering services
- 77211300 - Tree-clearing services
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
- 77310000 - Planting and maintenance services of green areas
- 77320000 - Sports fields maintenance services
- 77340000 - Tree pruning and hedge trimming
- 90610000 - Street-cleaning and sweeping services
- 90620000 - Snow-clearing services
- 90640000 - Gully cleaning and emptying services
- 90690000 - Graffiti removal services
- 90914000 - Car park cleaning services
- 92222000 - Closed circuit television services
two.2.3) Place of performance
NUTS codes
- UKF25 - North Northamptonshire
two.2.4) Description of the procurement
Lot 2 covers the area of North Northamptonshire comprising the current districts and boroughs of Kettering, Corby, East Northants and Wellingborough. Further detail on the area can be found in the Descriptive Document. Northamptonshire County Council (NCC) is currently the highway authority for North Northamptonshire with services covered by this procurement undertaken by or on behalf of NCC and the district/borough councils of the administrative areas referred to above. On 1 April 2021, North Northamptonshire Council (NNC) will take over responsibility for these services. NCC is commencing this procurement on behalf of the future NNC for the delivery of highway services in North Northamptonshire.
The objective of the procurement is to appoint a qualified competent service provider to deliver high quality value for money highways maintenance and other related services, including potential for design on behalf of NNC.
This procurement covers the provision of:
• highways asset management;
• highway reactive maintenance and emergency service;
• highway routine maintenance (both revenue and capital);
• traffic signal maintenance;
• severe weather service (including winter service);
• third party liability claims (red & green);
• urban traffic management control;
• highways capital projects design and implementation (minor improvement schemes); and
• highways bridges and structures design and works.
NNC will also have the option to expand the delivery by the service provider at any time during the contract term to cover the following possible highways and related services:
• major highways capital projects;
• maintenance of non-highway and highway assets including: roads and footways; bridges and structures, drainage systems; balancing ponds, bus parking areas, cycleways, footpaths/public rights of ways, surface and multi-storey car parks;
• street cleansing;
• arboricultural works;
• verge maintenance and
• grounds maintenance.
This procurement does not cover NNC's functions relating to street lighting which are delivered through a separate PFI arrangement. There are several service areas that are currently planned to be delivered direct by NNC and it is not anticipated that they will be delivered through this procurement but NNC has the option to expand the scope of delivery during this procurement or at any point during the contract term to include any or all of these services (and further detail on the circumstances where this may occur is contained within the Descriptive Document):
• client transport planning and provision;
• transport policy and strategy;
• highways development management;
• capital project delivery co-ordination;
• New Roads and Street Works Act 1991;
• regulation & enforcement;
• investigations, searches and definitive maps;
• travel choices;
• parking enforcement;
• community liaison
The scope of the service from commencement is anticipated to be an area of dialogue during the process and further details on this are contained within the Descriptive Document.
The procurement will allow for the submission of variant bids as further detailed in the procurement documents.
A single contract will be entered into in respect of Lot 2 with one provider. Further detail on the current proposals for the contractual structure can be found in the Descriptive Document. The contract will operate for a minimum term of seven years with possible scope for extensions up to a maximum of fourteen years from commencement. The valuation of this Lot 2 includes the use of all extension capacity and the possible options to expand the service delivery during the contract term. A breakdown of the Lot value can be found in the Descriptive Document.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £516,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
168
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
The highest scoring qualifying candidates will be invited to submit an outline solution. The authority has further detailed in the SQ documents the criteria that candidates will be assessed against. The authority has retained flexibility to invite at least six candidates and not more than eight candidates. The authority's approach for deciding whether to invite the seventh and eighth highest scoring candidates is detailed in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The contract will be awarded for an initial term of seven years and thereafter there will be options to extend the term up to a maximum (from the commencement date) of fourteen years. Further information and proposed conditions for extensions are detailed in the procurement documents.
The duration quoted at II.2.7 is for the maximum duration, including all possible extensions, with initial term being seven years (84 months).
two.2.14) Additional information
This procurement process is being commenced by Northamptonshire County Council. On 1 April 2021, the structure of local government in Northamptonshire will change. The functions of Northamptonshire County Council and the district / borough councils in Northamptonshire will vest in two new authorities: West Northamptonshire Council and North Northamptonshire Council. From this point, the two new authorities will jointly take over this procurement process. Please see the procurement documents for further detail on how the two Authorities will manage the procurement. The Lot structure of this procurement reflects that there will be two Contracts awarded - one for each new authority's area. It is possible that the same provider is appointed by each new authority but there will still be separate Contracts.
The procurement process being utilised here is competitive dialogue and will be undertaken in accordance with the Public Contracts Regulations 2015. As detailed in the procurement documents, the dialogue will be targeted at specific areas of the solution to facilitate a focused competitive dialogue "light" process.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 034-081667
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 March 2021
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
All requests for clarifications (whether in relation to this Notice, the requirements or the procurement process) should be submitted using the messaging facility at https://procontract.due-north.com/Login
in accordance with the requirements set out in the procurement documents.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand Holburn
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The authority reserves the option to gradually reduce the number of solutions to be discussed during this Competitive Dialogue procedure. Applicants who are unsuccessful at each stage shall be informed by the authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. At the point of information on the award of the contract, the authority will incorporate a minimum 10 calendar days standstill period as communicated to tenderers. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into at the point a legal challenge is made: an automatic suspension to prevent the authority from entering into the contract without the court's permission will apply; the court can also order the award decision to be set aside or for documents to be amended; the court could award damages. Where a contract has been entered into then the court may award damages if a challenge is successful. It might also make a declaration of ineffectiveness, order a civil penalty to be paid and/or make an order to shorten the duration of the contract