Section one: Contracting authority/entity
one.1) Name and addresses
Cambridgeshire County Council
Shire Hall, Castle Hill
Cambridge
CB3 0AP
Contact
Mr Jon Collyns
jon.collyns@cambridgeshire.gov.uk
Telephone
+44 1223715353
Country
United Kingdom
NUTS code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
https://procontract.due-north.com/Login
Buyer's address
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
Cambridgeshire County Council Highway Services Contract 2017
Reference number
DN520334
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 contract is for the contractor to develop with the Council a high-performing, comprehensive highways service. The contract encompasses highway maintenance, design, construction, transport planning, consultancy with other services including but not limited to vehicle and grounds maintenance.
- Following publication of an OJEU contract notice 2015/S 208-376868 dated 22 October 2015 and use of the competitive dialogue in 2015-2017, Cambridgeshire County Council established a single contract with Skanska Construction UK Limited (“Skanska”) providing both works and consultancy as a fully integrated highway service commencing on 1.7.2017. The contract period is for 10 years with possible extensions at the Council’s discretion to a maximum of 15 years.
- Skanska has contracted to sell its highways maintenance business to Milestone Infrastructure Limited (“Milestone”). The sale will proceed as an asset sale and will include plant and equipment required to operate the highways maintenance business of Skanska, the transfer of leases or rights to use properties and facilities currently used by the highways maintenance business, and the transfer of approximately 1,487 employees. It will also include the transfer of customer contracts, including this contract with the Council.
- The contract between the Council and Skanska permits novation by Skanska of the contract with the consent of the Council. Skanska has requested consent to novate to Milestone and the Council intends to consent to such novation subject to a decision of the Highways and Transport Committee on 9 March 2021. Entry into such deed of novation to reflect the change in circumstances will not take place earlier than 18 days after the publication of this notice
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £600,000,000 / Highest offer: £900,000,000 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 34143000 - Winter-maintenance vehicles
- 45221100 - Construction work for bridges
- 45233130 - Construction work for highways
- 45233139 - Highway maintenance work
- 45233140 - Roadworks
- 45233229 - Verge maintenance work
- 50111000 - Fleet management, repair and maintenance services
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50700000 - Repair and maintenance services of building installations
- 63712000 - Support services for road transport
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
- 71600000 - Technical testing, analysis and consultancy services
- 77300000 - Horticultural services
- 80550000 - Safety training services
- 90640000 - Gully cleaning and emptying services
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
two.2.4) Description of the procurement
Cambridgeshire County Council sought to establish a single contract providing both works and consultancy as a fully integrated highways service. It advertised for a business and delivery partner to fulfil these requirements in OJEU contract notice 2015/S 208-376868. The contract notice advertised an opportunity to enter into a single contract and the procurement was carried out using the competitive dialogue. The contract was advertised as being available to be used by other contracting authorities, the details of which were specified in the notice.
On 17th July 2017, Cambridgeshire County Council entered into the advertised contract with Skanska Construction UK Limited. This arrangement continued until Skanska Construction UK Limited was acquired by Milestone Infrastructure Limited. Cambridgeshire County Council is proposing to enter into a deed of novation together with Skanska Construction UK Limited and Milestone Infrastructure Limited in order to reflect the change in circumstances. As such, a novation will not be a substantive change and is permitted by Regulation 72(1)(d)(ii) of the Public Contracts Regulations 2015 (Regulations). Cambridgeshire County Council therefore considers that prior publication of a contract notice is not required by Part 2 of the Regulations and have therefore not issued an OJEU contract notice in respect of such novation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The service period is 10 years from the starting date (ending at 11.59) with possible extensions at the Employer’s discretion or increased subject to clause ZE4.1, to a maximum of 15 years (any extension shall be agreed between the Parties).
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
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The Council sought to establish a single contract providing both works and consultancy as a fully integrated highways service. It advertised for a business and delivery partner to fulfil these requirements in OJEU contract notice 2015/S 208-376868. This contract notice advertised an opportunity to enter into a single contract and the procurement was carried out using the competitive dialogue. The contract was advertised as being available to be used by other contracting authorities, the details of which were specified in the notice.
On 17th July 2017, the Council entered into the advertised contract with Skanska. This arrangement continued until Skanska's infrastructure services business was acquired by Milestone. The Council is proposing to enter into a deed of novation together with Skanska and Milestone in order to reflect the change in circumstances subject to a decision of the Highways and Transport Committee on 9 March 2021. As such, a novation will not be a substantive change and is permitted by Regulation 72(1)(d)(ii) of the Public Contracts Regulations 2015 ("Regulations"). The Council therefore considers that prior publication of a contract notice is not required by Part 2 of the Regulations and have therefore not issued an OJEU contract notice in respect of such novation.
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: 2015/S 208-376868
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
16 February 2021
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Milestone Infrastructure Ltd
Abel Smith House, Gunnels Wood Road
Stevenage
SG1 2ST
Country
United Kingdom
NUTS code
- UKH12 - Cambridgeshire CC
National registration number
13007933
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Lowest offer: £600,000,000 / Highest offer: £900,000,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Court of Justice, Strand
London,
WC2A 2LL
Country
United Kingdom