Section one: Contracting authority
one.1) Name and addresses
Islington Council
7 Newington Barrow Way
London
N7 7EP
Contact
Strategic Procurement
Telephone
+44 2075278118
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
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=90871553-597f-ec11-8110-005056b64545
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=90871553-597f-ec11-8110-005056b64545
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
2122-0330 Islington Council Term Service Highway Works Contract
Reference number
DN594475
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
The Council is seeking to appoint a contractor to deliver its programme of highway maintenance, traffic management and public ream improvements and changes to the Highway associated with development through agreements under section 278 of the Highways Act 1980. The contract will be a works-only contract based on the NEC 4 Term Service Contract and making use of the national standard specification for highway works.
The Council intends to award the contract for a period of five years commencing on or around 1st July 2022 with an option to extend for a period or periods of up to a further two years. The estimated total value of the contract in II.2.5 is based on the maximum 7-year term. The Council does not offer any guarantee or warranty in respect of the volume or value of work under the contract and interested parties should refer to the procurement documents for further details.
Promoting the Council’s values will be an important part of the assessment process. The Council encourages new contractors to operate and provide services in a way that offers the greatest social, environmental, and economic benefit to the Council, residents and communities. The contractor should actively promote greater environmental sustainability by reducing waste and pollution, supporting carbon reduction initiatives, increasing energy efficiency, and engaging in other sustainability programmes.
two.1.5) Estimated total value
Value excluding VAT: £32,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45233000 - Construction, foundation and surface works for highways, roads
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The new contract is to include the following works and services:
o Carriageway resurfacing programme and project works - planned inlay, overlay and patching schemes requiring machine lay surfacing.
o Footway reconditioning schemes and project works - planned footway schemes to replace or recondition footways, kerbs and edgings.
o Structures and bridge works – repairs and replacements to structures.
o Drainage schemes – following inspections and cleansing covered elsewhere, any civil engineering works needed for repairs and replacements.
o Road Markings – provision of road markings for new and refresh works, parking enforcement, and schemes.
o Civil Engineering Schemes/Projects – Schemes delivered by Highways or Traffic Services, junction upgrades, cycleways and public realm schemes.
o Tree cutting, maintenance and removal – Option for the Council’s Greenspace and Business Services to utilise this contract as a back-up service if required such as following storm events.
o Emergency Tree Response – To support the Council’s Direct Services Organisation to respond to emergency tree removal and felling.
The award of the contract may result in a transfer of staff under the Transfer of Undertakings (Protection of Employment) Regulations 2015 and further details will appear in the tender documentation.
Price is not the only award criterion and all criteria are stated only in the procurement documents.
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: £32,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
1. Islington Council and its partners are committed to work towards a ‘Fairer Islington,’ for more information see www.islington.gov.uk.
2. Islington Council aims to provide equality of opportunity and welcomes applicants who meet the qualitative selection criteria from black and minority ethnic communities and disabled groups.
3. To express interest in the contract, Applicants must complete and submit the SQ through the London Tenders Portal no later than the deadline in IV.2.2. Please note that Applicants must allow sufficient time to upload their SQ Responses as the Council is under no obligation to consider SQ Responses submitted after that deadline.
4. All queries and communications relating to this procurement should be raised via the London Tenders Portal. Please do not contact any officer of Islington Council direct.
5. Applicants are advised that all costs incurred either directly or indirectly in preparation, submission or otherwise related to this advertisement will be borne by them, and in no circumstances will the council be responsible for any such costs.
6. A response to this Contract Notice does not guarantee that an Applicant will be invited to tender. The Council is not bound to enter into any contract arising out of the procedures envisaged by this Contract Notice and may vary its requirements, timescales or procedure at any time. The Council reserves the right to abandon, delay or postpone this procurement at any time. Applicants are referred to the SQ Guidance for full instructions and conditions of participation in this procurement.
7. All financial values in this Contract Notice are estimated and may be subject to change.
8. All dates set out in this Contract Notice are based on the Council’s current procurement programme which it reserves the right to change and update at any stage during the procurement. Such dates may therefore change.
six.4) Procedures for review
six.4.1) Review body
The High Court
The Royal Courts of Justice, the Strand
London
Country
United Kingdom