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
Country
United Kingdom
NUTS code
UKI73 - Ealing
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/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