Opportunity

Highways Term Service Contract

  • Milton Keynes City Council

F02: Contract notice

Notice reference: 2023/S 000-013606

Published 12 May 2023, 1:50pm



Section one: Contracting authority

one.1) Name and addresses

Milton Keynes City Council

Civic Office, 1 Saxon Gate East

Milton Keynes

MK9 3EJ

Email

corporateprocurement@milton-keynes.gov.uk

Telephone

+44 1908691691

Country

United Kingdom

NUTS code

UKJ12 - Milton Keynes

Internet address(es)

Main address

https://in-tendhost.co.uk/milton-keynes/aspx/Home

Buyer's address

https://www.milton-keynes.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/milton-keynes/aspx/Home

Additional information can be obtained from the above-mentioned address

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

Highways Term Service Contract

Reference number

2021-049

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

Milton Keynes City Council (the ‘Authority’) invites expressions of interest from suitably qualified and experienced organisations in relation to its contract for the delivery of a programme of term maintenance and capital works projects across its network of highways and infrastructure in Milton Keynes (the ‘Contract’). The works and services to be provided under the Contract are comprehensive and cover all the routine, reactive and planned works that need to be delivered by the Authority to achieve the outcomes set out in the Contract. The Authority is seeking a contractor to deliver the works and services in a manner that will maximise the use of the latest technology, processes and management techniques to deliver high quality services that are customer focused, right first time and provide excellent value for money for the Authority whilst supporting and enhancing the Authority’s values and aims.

two.1.5) Estimated total value

Value excluding VAT: £350,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45233000 - Construction, foundation and surface works for highways, roads
  • 71311220 - Highways engineering services
  • 71311210 - Highways consultancy services
  • 45233210 - Surface work for highways

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

The procurement is for the Authority’s contract for highways and infrastructure services (‘Highway Services’).The Authority is seeking a single contract to provide integrated services and capital works as described in Section II.1.4 (Short Description).The Authority will implement the procurement procedure in successive stages - further information is set out in the procurement documents. To express interest, economic operators must complete and return responses to the selection questionnaire (SQ) (which uses the PAS91 form) in accordance with the instructions set out in the procurement documentation. The Authority’s needs and requirements for the Contract are included in the procurement documents published with this notice.This procurement is undertaken pursuant to the competitive procedure with negotiation using an electronic tendering system. Economic operators will need to register on the portal to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at https://in-tendhost.co.uk/milton-keynes/This procurement shall take place in successive stages as referenced in Regulation 29(19) of the PCR. Following submission of the completed SQs, the Authority will apply the selection criteria, as set out in the procurement documentation. Based upon the selection criteria set out in the SQ, the Authority intends to shortlist and invite the top five (5) scoring economic operators to progress from the SQ stage to the invitation to participate in negotiation and submission of initial tender stage provided there are sufficient economic operators that submit and pass the SQ stage.Each of the economic operators shortlisted at the SQ stage will be invited to submit initial tenders. Following the evaluation of the initial tenders, in accordance with the evaluation methodology set out in the procurement documentation, the Authority will, either make an award based on the initial tenders or, as is the Authority’s current intention, invite the economic operators to participate in negotiation. Following conclusion of the negotiation the Authority shall invite the economic operators to submit final tenders. The final tenders shall be evaluated in accordance with the evaluation methodology set out in the procurement documentation and the Authority shall make an award accordingly. The Authority reserves the right to add stages or revise this process and/or to discontinue all or part of this procurement process at any stage at any time and not to award a contract for some or all of the Highway Services for which responses are invited for any reason.

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: £350,000,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

48 month

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 stated in procurement documents.

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 stated in 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 stated in procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

12 June 2023

Local time

12:00pm

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

3 July 2023

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: Yes

Estimated timing for further notices to be published: 2032

six.3) Additional information

The Contract will be for a term of 8 years with an option for the Authority to extend the term for two further periods of 2 years each (allowing for a total extension of up to 4 years).It should be noted that the successful contractor may be required to undertake elements of the following in each service year of the Contract:2.2.1 Provision, maintenance and cleaning of road signs;2.2.2 Provision and maintenance of road studs;2.2.3 Provision and maintenance of road markings;2.2.4 Patching and repair of carriageway surfacing;2.2.5 Carriageway and Footway surfacing;2.2.6 Drainage cleansing, gully emptying and jetting, ditch and grip maintenance;2.2.7 Drainage schemes;2.2.8 Maintenance of bridges, tunnels and subways;2.2.9 Reactive safety repairs;2.2.10 Winter Maintenance;2.2.11 Emergency response;2.2.12 Stakeholder Management;2.2.13 Third Party Claims Management; and2.2.14 Maintenance of Traffic Signals and Street Lighting.There are a number of activities that will cover the Authority’s extensive improvement scheme programme, including works and services for:2.3.1 Highway and junction improvements;2.3.2 Highway structures;2.3.3 Safety fencing;2.3.4 Traffic management and calming schemes;2.3.5 Pedestrian and cycle infrastructure improvements;2.3.6 Public transport infrastructure including bus stops and bus priority measures;2.3.7 Accessibility improvements;2.3.8 Carriageway reconstruction;2.3.9 Asset Inventory, Data Collection, Surveys, and analysis;2.3.10 Street lighting;2.3.11 Traffic signals;2.3.12 Any other related activities covered by the scope of the ContractThe extent of works and services to be delivered through the Contract will be determined on value for money, complexity, capability, reputational risk and quality of service.The estimated total value provided in Section II.1.5 is for the full possible contract period of 8 years. In arriving at this value the Authority has considered without limitation the estimated costs (including ad hoc capital) and revenue associated with the provision of the Highway Services.The Authority is of the view that TUPE is likely to apply to some staff at contract commencement but economic operators will be expected to undertake their own due diligence.The Authority has a depot available for use in the provision of the Highway Services that shall be leased to the contractor as appropriate.Further information on this shall be provided in the procurement documents.Economic operators should note that the procurement documents marked as draft provide indicative information of the Authority’s approach in the procurement process at this stage and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the draft procurement documents and final details and versions of the procurement documents will be confirmed to applicants that are successful in being selected to participate in negotiation.The Authority is seeking to procure an economic operator who can innovate to perform the Highway Services within the Authority’s affordability. Economic operators should note that whilst the estimated total value is a proxy for affordability it is not a target sum.The Authority reserves the right to omit, amend or recalibrate any part of the services or technical service standards at any stage and to require those economic operators remaining in the process at that stage to adjust their bids accordingly without reverting to previous stages.The Authority reserves the right to abandon this procurement process at any stage and/or not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. Economic operators are entirely responsible for their costs and losses incurred or arising as a result of any participation in this procurement process.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit