Tender

BHCC JB Highways Services Contracts

  • Brighton and Hove City Council

F02: Contract notice

Notice identifier: 2022/S 000-006242

Procurement identifier (OCID): ocds-h6vhtk-02f3f8

Published 8 March 2022, 8:20am



Section one: Contracting authority

one.1) Name and addresses

Brighton and Hove City Council

Hove Town Tall, Norton Road

Hove

BN3 3BQ

Contact

Mr James Breen

Email

james.breen@brighton-hove.gov.uk

Country

United Kingdom

NUTS code

UKJ21 - Brighton and Hove

Internet address(es)

Main address

https://www.brighton-hove.gov.uk/

one.3) Communication

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

https://in-tendhost.co.uk/sesharedservices/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sesharedservices/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned 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

BHCC JB Highways Services Contracts

Reference number

BHCC - 033985

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 professional, properly defined and priced propositions from suitably qualified and interested organisations for the provision of Highways Services. The scope of the services required is being procured under three lots being: Lot 1 – Civil Works and Improvements. Lot 2 - Highways Safety Maintenance, Operations and Small Pavement Works. Lot 3 - Road Lining and Studs Works. The framework agreement will be broken into three different contracts. Lot 1 is a Framework with 3 providers.Lot 2 is a Framework with 1 provider.Lot 3 is a Framework with 1 provider.The framework agreement will be a 4-year initial contract period with possible extensions arrangement (4 + 2 + 2) for all Lots, extendable based on performance. Lewes District and Eastbourne Borough Councils (one combined authority) can use Lot 1. A prior information notice (PIN) was issued on 5 November 2021 and the reference is 2021/S 000-027787.

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Civil Works and Improvements

Lot No

1

two.2.2) Additional CPV code(s)

  • 45233120 - Road construction works
  • 45233100 - Construction work for highways, roads
  • 34992000 - Signs and illuminated signs
  • 45243000 - Coastal-defence works
  • 45442000 - Application work of protective coatings
  • 45262420 - Structural steel erection work for structures
  • 45243400 - Beach-consolidation works
  • 45000000 - Construction work
  • 34923000 - Road traffic-control equipment
  • 45100000 - Site preparation work
  • 45232450 - Drainage construction works
  • 34922100 - Road markings
  • 34928300 - Safety barriers
  • 45111230 - Ground-stabilisation work
  • 45262640 - Environmental improvement works
  • 45243300 - Sea wall construction work
  • 34928472 - Sign posts
  • 45233251 - Resurfacing works
  • 34928470 - Signage
  • 34928400 - Urban furniture
  • 45111000 - Demolition, site preparation and clearance work
  • 34921100 - Road sweepers
  • 45246410 - Flood-defences maintenance works
  • 45442300 - Surface-protection work
  • 45233140 - Roadworks
  • 45233222 - Paving and asphalting works
  • 45246400 - Flood-prevention works
  • 45233223 - Carriageway resurfacing works
  • 45112000 - Excavating and earthmoving work
  • 45262310 - Reinforced-concrete work
  • 45233221 - Road-surface painting work
  • 45220000 - Engineering works and construction works
  • 34928440 - Bus-stop posts
  • 34928320 - Guardrails
  • 34928450 - Bollards
  • 34941600 - Crossovers
  • 45112340 - Soil-decontamination work
  • 34928000 - Road furniture
  • 34929000 - Highway materials
  • 45233220 - Surface work for roads
  • 45112700 - Landscaping work
  • 45221115 - Construction work for steel bridges
  • 45111240 - Ground-drainage work
  • 45221000 - Construction work for bridges and tunnels, shafts and subways
  • 45243500 - Sea defences construction work
  • 45213350 - Construction work for buildings relating to various means of transport
  • 45262660 - Asbestos-removal work
  • 45233300 - Foundation work for highways, roads, streets and footpaths

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

Such schemes by their nature are varied in type, volume, and timing. The Council is seeking 3 suppliers with the ability to direct award contracts worth under £125,000 and award through mini competition for contracts valued in excess of that sum.Lot 1 requirements are for the provision of activities under title of ‘Civils Works and Improvements’ within the administrative area of Brighton and Hove; and Lewes District; and Eastbourne Borough Councils – the bulk of this work will be within Brighton and Hove and generally on the public highway. The works will be of varying size and nature; no guarantee can be given of any works being issued. The services will provide the civil engineering element of highway and coastal maintenance works, environmental enhancement projects, traffic management works and traffic signal alterations within a constrained city centre environment. This Lot of the Framework Contract will additionally provide for the resurfacing and reconstruction elements of the structural highway maintenance programme. The Supplier may be required to occasionally work off the public highway in the city’s open spaces.

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: £160,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Contracts are due to be renewed either at the end of the initial term or the allowed for extension.

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As detailed in the Procurement Documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Based primarily on performance and subject to agreement the contracts may be extended for two periods of 2 years.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Highways Safety Maintenance, Operations and Small Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 45233139 - Highway maintenance work
  • 45000000 - Construction work
  • 45262660 - Asbestos-removal work
  • 34921000 - Road-maintenance equipment
  • 45262640 - Environmental improvement works
  • 45442300 - Surface-protection work
  • 45233140 - Roadworks
  • 45246400 - Flood-prevention works
  • 34921100 - Road sweepers
  • 34929000 - Highway materials
  • 34992000 - Signs and illuminated signs
  • 45233251 - Resurfacing works
  • 45233142 - Road-repair works
  • 45233120 - Road construction works
  • 45233141 - Road-maintenance works
  • 45233221 - Road-surface painting work
  • 45233229 - Verge maintenance work
  • 34941600 - Crossovers
  • 34928440 - Bus-stop posts
  • 45100000 - Site preparation work
  • 45111000 - Demolition, site preparation and clearance work
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45214640 - Meteorological stations construction work
  • 34928300 - Safety barriers
  • 45111230 - Ground-stabilisation work
  • 45232450 - Drainage construction works
  • 45112000 - Excavating and earthmoving work
  • 44811000 - Road paint
  • 34928320 - Guardrails
  • 34928472 - Sign posts
  • 45233220 - Surface work for roads
  • 34928450 - Bollards
  • 34928000 - Road furniture
  • 34928470 - Signage
  • 34923000 - Road traffic-control equipment
  • 45111240 - Ground-drainage work
  • 45220000 - Engineering works and construction works
  • 45233223 - Carriageway resurfacing works
  • 34922100 - Road markings
  • 45233222 - Paving and asphalting works
  • 45112340 - Soil-decontamination work
  • 45213350 - Construction work for buildings relating to various means of transport
  • 34928400 - Urban furniture
  • 45112700 - Landscaping work
  • 45259000 - Repair and maintenance of plant

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

Day-to-day Highway Safety Maintenance and Operations to ensure BHCC comply with its statutory duty to maintain the highway and repair defects within short turn-around times. In addition to assist in balancing monthly workload this lot will include small value pavement improvement schemes under £125,000.Lot 2 requirements are for the provision of activities under the title of ‘Highways Safety Maintenance, Operations and Small Pavement Works’ generally on the public highway within the city of Brighton & Hove. The vast majority of work will be within the city of Brighton and Hove. The works will be of varying size and nature; and no guarantee can be given of any works being issued, as they are issued in a reactive manner according to the defects occurring.

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: £30,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Contracts are due to be renewed either at the end of the initial term or the allowed for extension.

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As detailed in the Procurement Documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Based primarily on performance and subject to agreement the contracts may be extended for two periods of 2 years.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Road Lining and Studs Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 34922100 - Road markings
  • 45233270 - Parking-lot-surface painting work
  • 45233140 - Roadworks
  • 34921100 - Road sweepers
  • 45233221 - Road-surface painting work
  • 45100000 - Site preparation work
  • 34923000 - Road traffic-control equipment
  • 45220000 - Engineering works and construction works

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

Parking revenue is extremely significant for BHCC and well maintained and statutorily compliant road lining is crucial in supporting the Council's parking enforcement activities and sustaining the parking income stream. A single supplier is needed to support maintenance of lawful use of Brighton and Hove’s highway infrastructure and support this revenue stream.Lot 3 requirements are for the provision activities under the title of ‘Road Lining and Studs Works’ generally on the public highway within the city of Brighton & Hove. The vast majority of work will be within the city of Brighton and Hove. The works will be of varying size and nature; no guarantee can be given of any works being issued, as they are issued in a reactive manner according to the defects occurring and to enable parking enforcement.

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: £6,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Contracts are due to be renewed either at the end of the initial term or the allowed for extension.

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As detailed in the Procurement Documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Based primarily on performance and subject to agreement the contracts may be extended for two periods of 2 years.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the procurement documents.

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

As detailed in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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: 5

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

The rational for the 4+2+2 framework period for purposes of Public Contract Regulations Clause 33.4 is to provide a compact duration coupled with acceptable performance and value for money checks. See box VI.3 for additional information regarding justification.

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: 2021/S 000-027787

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

Date

6 April 2022

Local time

1:00pm

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

22 April 2022

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

Estimated timing for further notices to be published: 07/2022

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Further to the information provided in box IV.1.3, below is additional information re. justification for any duration exceeding 4 years: - In anticipation of future change in Highways Services, BHCC observes the ongoing adequacy of the Framework and individual lots to meet those future needs perspective and undertake those essential checks and balances.By 2030 BHCC aims to meet its challenge of becoming Carbon Neutral. In the construction sector, with current methods and materials, offsetting carbon will be focal in meeting this requirement, rather than the sector becoming carbon neutral in its delivery. As most processes and methods in the construction industry are widely carbon rich, BHCC looks to work with suppliers on this carbon journey, with the aim and to encourage them to meet this aim in finding lesser carbon use methods and materials. However, competition through a Framework is also a key element and will remain so, to ensure such new materials and methods are brought cost-effectively to Council Schemes through secondary competition. Hence the proposed approach of 3 suppliers under a Framework Contract for Lot 1 on a 4+2+2 to award suppliers for investing and providing the support that BHCC needs and enable longer term relationships to deliver the outputs needed for BHCC to achieve its aim of being Carbon Neutral by 2030.

six.4) Procedures for review

six.4.1) Review body

Brighton and Hove City Council

Hove

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Brighton and Hove City Council will incorporate a minimum of 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority or the lodging of an appeal before the contract is entered into. Such additional information should be requested from the contact point referenced in part 1.1) of the contract notice.