Opportunity

Highways and Transport Services Framework Contract

  • London Borough of Ealing

F02: Contract notice

Notice reference: 2021/S 000-006668

Published 31 March 2021, 1:53pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Ealing

1st Floor Perceval House, 14-16 Uxbridge Road

Ealing

W5 2HL

Contact

Tony Singh

Email

singhto@ealing.gov.uk

Country

United Kingdom

NUTS code

UKI73 - Ealing

Internet address(es)

Main address

http://www.ealing.gov.uk

Buyer's address

http://www.ealing.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Register

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/Register

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

Highways and Transport Services Framework Contract

Reference number

CH202186

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

This Procurement is to establish Framework Contracts for the Highways & Transport Services divided into four lots as follows:

LOT 1: Bridge Inspection.

LOT 2: Condition Surveys.

LOT 3: Transport and Engineering Services.

LOT 4: Flood Management.

All contracts under this Framework will be for a term of four years and will be coterminous from the start date

two.1.5) Estimated total value

Value excluding VAT: £224,400,000

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: 4

two.2) Description

two.2.1) Title

Bridge Management

Lot No

1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

The Framework Contract is open to all members of the London Contracts and Suppliers Group (LCSG) as identified below:

LB Barking and Dagenham, LB Barnet, LB Bexley, LB Brent, LB Bromley, LB Camden, LB Croydon, LB Enfield, the Royal Borough of Greenwich, LB Hackney, LB Hammersmith and Fulham, LB Haringey, LB Harrow, LB Havering, LB Hillingdon, LB Hounslow, LB Islington, the Royal Borough of Kensington and Chelsea, the Royal Borough of Kingston Upon Thames, LB Lambeth, LB Lewisham, LB Merton, LB Newham, LB Redbridge, LB Richmond Upon Thames, LB Southwark, LB Sutton, LB Tower Hamlet, LB Waltham Forest, LB Wandsworth, LB Westminster and the City of London.

two.2.4) Description of the procurement

Please note that over the last framework the actual spend over 4 years, across all London Boroughs (including Ealing) for Lot 1 has been: £511,000.

The bidder must use the Bridge Inspection Schedule of existing programme of inspections to develop their own four year schedule of General (two yearly) and Principal (six yearly) Inspections. These inspections shall be carried out in line with the relevant Department for Transport Standards.

The resulting inspection reports shall be uploaded to BridgeStation and shall prioritise any necessary works into three categories: high, medium and low, along with estimated costs for the works. (The actual works will be carried out under LOT 3 Transport & Engineering Services of this Framework).

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: £13,200,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

As per evaluation outlined in the Supplier Questionnaire

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

two.2) Description

two.2.1) Title

Condition Surveys

Lot No

2

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

The Framework Contract is open to all members of the London Contracts and Suppliers Group (LCSG) as identified below:

LB Barking and Dagenham, LB Barnet, LB Bexley, LB Brent, LB Bromley, LB Camden, LB Croydon, LB Enfield, the Royal Borough of Greenwich, LB Hackney, LB Hammersmith and Fulham, LB Haringey, LB Harrow, LB Havering, LB Hillingdon, LB Hounslow, LB Islington, the Royal Borough of Kensington and Chelsea, the Royal Borough of Kingston Upon Thames, LB Lambeth, LB Lewisham, LB Merton, LB Newham, LB Redbridge, LB Richmond Upon Thames, LB Southwark, LB Sutton, LB Tower Hamlet, LB Waltham Forest, LB Wandsworth, LB Westminster and the City of London.

two.2.4) Description of the procurement

Please note that over the last framework the actual spend over 4 years, across all London Boroughs (including Ealing) for Lot 2 has been: £257,000.

The Contractor shall arrange an Annual Inspection of all footways and carriageways in Ealing in accordance with UKPMS, of the Highway Network. The contractor will then prioritise condition rating for all inspections as outlined in detail in the specification (Part C Lot2). This survey shall be used to determine annual and four year rolling programmes of structural maintenance and provide an annual condition index of the network.

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: £13,200,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

As per evaluation outlined in the Supplier Questionnaire

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

two.2) Description

two.2.1) Title

Transport & Engineering Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

The Framework Contract is open to all members of the London Contracts and Suppliers Group (LCSG) as identified below:

LB Barking and Dagenham, LB Barnet, LB Bexley, LB Brent, LB Bromley, LB Camden, LB Croydon, LB Enfield, the Royal Borough of Greenwich, LB Hackney, LB Hammersmith and Fulham, LB Haringey, LB Harrow, LB Havering, LB Hillingdon, LB Hounslow, LB Islington, the Royal Borough of Kensington and Chelsea, the Royal Borough of Kingston Upon Thames, LB Lambeth, LB Lewisham, LB Merton, LB Newham, LB Redbridge, LB Richmond Upon Thames, LB Southwark, LB Sutton, LB Tower Hamlet, LB Waltham Forest, LB Wandsworth, LB Westminster and the City of London.

two.2.4) Description of the procurement

Please note that over the last framework the actual spend over 4 years, across all London Boroughs (including Ealing) for Lot 3 has been: £6,723,000

The categories of work which the Specification covers include the following:

Traffic, Accident, Parking and related Environmental Improvements,

Highway Improvements, Improvements to Highway Structures, including Bridges and Subways.

The impact of development and other proposals on the highway and/or the assessment of improvement opportunities presented by development and other proposals.

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: £132,000,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

As per evaluation outlined in the Supplier Questionnaire

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

two.2) Description

two.2.1) Title

Flood Management

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

The Framework Contract is open to all members of the London Contracts and Suppliers Group (LCSG) as identified below:

LB Barking and Dagenham, LB Barnet, LB Bexley, LB Brent, LB Bromley, LB Camden, LB Croydon, LB Enfield, the Royal Borough of Greenwich, LB Hackney, LB Hammersmith and Fulham, LB Haringey, LB Harrow, LB Havering, LB Hillingdon, LB Hounslow, LB Islington, the Royal Borough of Kensington and Chelsea, the Royal Borough of Kingston Upon Thames, LB Lambeth, LB Lewisham, LB Merton, LB Newham, LB Redbridge, LB Richmond Upon Thames, LB Southwark, LB Sutton, LB Tower Hamlet, LB Waltham Forest, LB Wandsworth, LB Westminster and the City of London.

two.2.4) Description of the procurement

Please note that over the last framework the actual spend over 4 years, across all London Boroughs (including Ealing) for Lot 4 has been: £3,080,000

Consultant to provide Flood Risk Management Consultancy Services with respect to the Employers duties as a Lead Local Flood Authority under the Flood and Water Management Act 2010 and general Sustainable Drainage Systems (SuDS) related matters. These services have been broken down into the following;

Call-Off Flood Risk Management Support

Flood Risk Management Consultant Secondment

Planning Application – Drainage Design Checks and Advice

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: £66,000,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

As per evaluation outlined in the Supplier Questionnaire

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 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

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: 6

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

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

30 April 2021

Local time

4:00pm

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

16 May 2021

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The total framework value is set at £224.4m to allow each London borough to be able to spend a maximum as set below:

LOT 1 – Bridge Inspections, £100,000 per annum, per borough.

LOT 2 – Condition Surveys, £100,000 per annum, per borough.

LOT 3 – General Engineering, £1 million per annum, per borough.

LOT 4 – Flood Management, £500,000 per annum, per borough.

Please note that over the last framework the actual spend over 4 years, across all London Boroughs (including Ealing) has been:

LOT 1 – Bridge Inspections: £511,000

LOT 2 – Condition Surveys: £257,000

LOT 3 – General Engineering: £6,723,000

LOT 4 – Flood Management: £3,080,000

Total: £10,571,000

six.4) Procedures for review

six.4.1) Review body

Ealing Council

Ealing

Country

United Kingdom