Section one: Contracting authority
one.1) Name and addresses
Leicestershire County Council
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Miss Izabela Skowronek
izabela.skowronek@leics.gov.uk
Telephone
+44 1163057878
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.leicestershire.gov.uk/
Buyer's address
https://www.eastmidstenders.org/index.html
one.1) Name and addresses
Midlands Highway Alliance Plus (MHA+)
County Hall
Glenfield, Leicester
LE3 8RA
Contact
Mr John Hooper
Telephone
+44 1163057873
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Medium Schemes Framework 4 (MSF4) on behalf of Midlands Highways Alliance Plus (MHA+)
Reference number
DN497090
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 framework scope of the MSF4 is for the execution of highway, civil and municipal engineering works. Typical schemes may involve, but not exclusively be, highway improvements, highway maintenance, highway infrastructure works (including bridges, subways, culverts and retaining walls), public realm works (town centre enhancements), drainage improvements, canal works and other infrastructure works such as waste management facilities.
Such schemes will be undertaken within the administrative boundaries of the existing MHA+ members (on behalf of the local authorities concerned or any other publicly-funded body working in conjunction with the MHA+ members), and other such bodies located within or adjacent to the geographical Midlands area that become members of the MHA+ during the currency of this Agreement. Any member of the MHA+ will be eligible to place orders under this framework, A full, uptodate list of MHA+ members can be found on the MHA+ website https://www.mhaplus.org.uk/about-us/membership/
There is no lower or upper limit on the value of Work Orders that can be issued under the MSF4. It is anticipated that most work will be in the range of £1million to £12million but a published and regularly reviewed pipeline of potential schemes will be available to allow resource planning.
Prior Information Notice was previously published in relation to this opportunity in Find a Tender Service under reference 2021/S 000-003320.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45233131 - Construction work for elevated highways
- 45233139 - Highway maintenance work
- 45233210 - Surface work for highways
- 45233130 - Construction work for highways
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
Main site or place of performance
Within the administrative boundaries of the existing MHA+ members (on behalf of the local authorities concerned or any other publicly-funded body working in conjunction with the MHA+ members), and other such bodies located within or adjacent to the geographical MHA+ area that become members of the MHA+ during the currency of this Agreement.
two.2.4) Description of the procurement
For the purposes of this tender process, Leicestershire County Council is acting as the Client and the Contracting Authority on behalf of the Midlands Highway Alliance Plus (MHA+). Once the Framework Agreement is awarded, any organisation who is a member of the MHA+ (this includes any organisation that may become a member during the Framework Term), will be able to place a Works Order under it with a framework contractor. Each Works Order will create a separate, stand-alone contract between the MHA member who placed it and the Contractor. Leicestershire County Council will have no liability except in relation to Works Orders which it places itself. Irrespective of who places them, Works Orders will incorporate by reference all of the relevant information and arrangements set out in the Framework Agreement.
The Framework Agreement will be based on NEC4 Framework Contract. The permissible contract conditions for the call-off contracts placed under this framework will be: Engineering and Construction Contract, Main Option C; Engineering and Construction Short Contract or Professional Services Short Contract.
two.2.5) Award criteria
Quality criterion - Name: Quality (excluding Social Value) / Weighting: 55
Quality criterion - Name: Social Value / Weighting: 15
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,000,000,000
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
The initial Framework term is four (4) years with two options to further extend by two (2) years each . The maximum term of the Framework is therefore eight years (4+2+2).
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As specified in tender 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.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 4
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Due to nature, size and complexity of contracts intended to be called-off under this framework, limiting the framework term to 4 years appears disproportionally short and does not allow for the full realisation of benefits of performance management, collaboration and continuous improvement. MHA+ retained the right to offer any options to extend the term beyond the initial 4 years only at its absolute discretion subject to review of framework's effectiveness, value for money offered and overall performance.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
1 June 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 July 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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
The Strand
London
WC2A2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Leicestershire County Council (LCC) will incorporate a minimum 10 calendar days standstill period at the point of information on the award of the contract, as communicated to tenderers. Applicants who are unsuccessful shall be informed by LCC as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.