Opportunity

Birmingham Highways Maintenance and Management Sub-contract

  • BIRMINGHAM HIGHWAYS LIMITED

F02: Contract notice

Notice reference: 2022/S 000-004207

Published 14 February 2022, 10:32pm



Section one: Contracting authority

one.1) Name and addresses

BIRMINGHAM HIGHWAYS LIMITED

Unit G1 Ash Tree Court,Nottingham Business Park

NOTTINGHAM

NG86PY

Contact

Michael Murray

Email

mmurray@equitix.co.uk

Telephone

+44 7710057497

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

https://www8.idealsvdr.com/v3/birmingham_highways_long_term_procurement

one.3) Communication

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

https://www8.idealsvdr.com/v3/birmingham_highways_long_term_procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www8.idealsvdr.com/v3/birmingham_highways_long_term_procurement

one.4) Type of the contracting authority

Other type

Special Purpose Company

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Birmingham Highways Maintenance and Management Sub-contract

two.1.2) Main CPV code

  • 45233139 - Highway maintenance work

two.1.3) Type of contract

Works

two.1.4) Short description

Birmingham Highways Limited is seeking to procure a replacement subcontractor for Birmingham's PFI project for the

rehabilitation, operation and maintenance of the highways network infrastructure in the City of Birmingham, which runs

until June 2035.

The purpose of the contract is to:

• Ensure continuity of safety-critical services;

• Maintain the best possible condition of the highway network infrastructure in Birmingham; and

• Improve and maintain information held regarding the highway network infrastructure in Birmingham, such that this facilitates better and more effective management of the highway network infrastructure for the future.

In summary, the services to be provided under the contract are broadly described as:

• Surveys and inspections to ascertain the extent, inventory and condition of the relevant assets (e.g. regular inspections to identify safety issues and the serviceability of assets, together with surveys to record assets and measure their condition). Abnormal Load monitoring and processing for structures (incluidng associated inspections);

• Programmed maintenance, predominantly to surfacing (carriageway, footway, verges, kerbs and cycle tracks) and also some street lighting, traffic signal replacements and work upon highway structures.

• Reactive maintenance to respond to urgent requirements to make the highway safe (e.g. dangerous circumstances following an incident or sudden and dangerous deterioration in the condition of an asset).

• Winter maintenance to ensure that the highway is safe when winter conditions are anticipated or arise (e.g. gritting designated routes).

• Routine maintenance to periodically and pre-emptively maintain assets in an acceptable condition (e.g. patches and repairs, periodic servicing, gully cleansing, cleaning and change of lights).

• Network management - managing activity on the highway network (e.g. issue of permits and licences under the Highways Act 1980 and New Roads and Street Works Act 1991, and managing and inspecting utility works).

• Urban Traffic Control (UTC) management and operation.

two.1.5) Estimated total value

Value excluding VAT: £1,150,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham
Main site or place of performance

Birmingham City Council's highway network.

two.2.4) Description of the procurement

(a) This Procurement Documents are issued by Birmingham Highways Limited as the Procuring Entity.

(b) The Services comprise highway rehabilitation, maintenance and management services on the Project Network, as further detailed in the Output Specification.

(c) The Procuring Entity intends to procure the Services through an operating sub contract which is back to back with the provisions of the Project Agreement. Further details are set out in the ITPD.

(d) The Procurement Process is being conducted in accordance with the PCR and the Procuring Entity will follow a procedure equivalent to the competitive dialogue procedure set out in Regulation 30 of the PCR. Whilst the Procuring Entity is not a contracting authority that is required to comply with the PCR under law, in accordance with good practice, the Procuring Entity has elected to undertake this procurement in accordance with the PCR. The competitive dialogue procedure under the PCRs is generally well-understood in the market, and provides the market with confidence and assurance that the Procurement Process will be undertaken in accordance with general procurement law principles, including transparency, equal treatment of bidders and fairness. In addition, the competitive dialogue procedure provides the Procuring Entity with a clear route to identifying the most suitable solution to its requirements that offers the best value for money.

(e) All communications between Applicants and the Procuring Entity, and subsequently between Bidders and the Procuring Entity, will be managed via the Portal, as specified in SQ Guidance and ITPD, respectively.

(f) In order to gain access to the Portal, Applicants must first submit a Portal access request to Michael Murray at mmurray@equitix.co.uk (copying: Clive Betts at Clive.Betts@birmingham.gov.uk) and list the email addresses requiring access, where upon unique access details will be sent to the Applicant. The Procuring Entity will then send each Applicant a Confidentiality and Bid Conduct Undertaking that the Applicant will be required to execute and return to the Procuring Entity before the Applicant will be granted access to the Portal. An Applicant will not be granted access to the Portal until a duly executed Confidentiality and Bid Conduct Undertaking from that Applicant has been received by the Procuring Entity (in a form which is acceptable to the Procuring Entity, in its absolute discretion).

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: £1,150,000,000

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

Duration in months

141

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-025433

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

Date

25 March 2022

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.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom