Opportunity

CBC-1380-T-CE Highways Services Partner

  • Central Bedfordshire Council

F02: Contract notice

Notice reference: 2022/S 000-013766

Published 23 May 2022, 11:46am



Section one: Contracting authority

one.1) Name and addresses

Central Bedfordshire Council

Priory House

Chicksands

SG17 5TQ

Contact

+44 3003005997

Email

procurement@centralbedfordshire.gov.uk

Telephone

+44 3003008000

Country

United Kingdom

NUTS code

UKH25 - Central Bedfordshire

Internet address(es)

Main address

http://in-tendhost.co.uk/centralbedfordshire

one.3) Communication

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

https://in-tendhost.co.uk/centralbedfordshire

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/centralbedfordshire

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

CBC-1380-T-CE Highways Services Partner

Reference number

CBC-1380-T-CE

two.1.2) Main CPV code

  • 45233100 - Construction work for highways, roads

two.1.3) Type of contract

Works

two.1.4) Short description

Central Bedfordshire Council (CBC) is procuring a delivery partner to maintain, manage and improve its highways network and associated assets. The estimated value is £19,000,000 (nineteen million pounds) per annum to £25,000,000 (twenty-five million pounds) per annum. £190,000,000 to £250,000,000 over the 10-year duration (seven-year contract with a maximum of three one-year extensions).

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45233139 - Highway maintenance work
  • 71311210 - Highways consultancy services
  • 71311220 - Highways engineering services
  • 77342000 - Hedge trimming
  • 45233290 - Installation of road signs
  • 45232452 - Drainage works
  • 50232100 - Street-lighting maintenance services
  • 90620000 - Snow-clearing services
  • 45233161 - Footpath construction work
  • 45111240 - Ground-drainage work
  • 45233150 - Traffic-calming works
  • 90630000 - Ice-clearing services
  • 45232451 - Drainage and surface works
  • 90640000 - Gully cleaning and emptying services
  • 45233293 - Installation of street furniture
  • 45233280 - Erection of road-barriers
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works
  • 45233210 - Surface work for highways
  • 45233294 - Installation of road signals
  • 45233162 - Cycle path construction work
  • 45233229 - Verge maintenance work
  • 50232000 - Maintenance services of public-lighting installations and traffic lights
  • 45233222 - Paving and asphalting works

two.2.3) Place of performance

NUTS codes
  • UKH25 - Central Bedfordshire
Main site or place of performance

Central Bedfordshire

two.2.4) Description of the procurement

The Scope will include:• Routine, reactive, planned and cyclical maintenance of highway assets and Public Right of Way• Routine asset and structural inspections • Cycleway network maintenance and inspections• Routine night scouting inspections• Emergency and out of hours response on the highway network• Civil Contingencies Emergencies• Winter maintenance• Routine drainage cleansing and maintenance• Routine cleansing and maintenance of sustainable drainage systems, including rain gardens.• Drainage construction works and repairs on highway network• Structural and Electrical Testing of Lit Assets• Street lighting maintenance, repairs, replacement, and renewals• Highway surfacing and surface treatment programmes• Bridge and highway structures repair and maintenance programmes• Construction of highway and associated asset improvement schemes• Safety improvement schemes on the highway network• Design and other professional services• Trees and Green Infrastructure • Permits and Notices• Statutory Drawings• Damage to Crown Property (Green Claims) and claims by third parties against the Client (red claims)• Undertake role of Principal Contractor and Principal Designer under the CDM 2015 regulations.As further detailed in the Information Pack for bidders.

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: £250,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The anticipated duration of the contract is seven years (84 months) with the potential for three one-year (12 months) extensions giving an overall duration of 120 months. Extensions will be based on achieving a minimum level of performance measured by Key Performance Indicators. The anticipated starting date after a period of mobilisation, which will commence on 29 November 2022, is 1 April 2023.

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

Envisaged minimum number: 5

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

A minimum of five Tenderers will be selected. The maximum number will be determined by the application of the process.

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

For full details, please refer to 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

The contract will include performance measurement, which will be taken into account when determining extensions to the contract period.NEC4 Term Service Contract Main Options A, C and E are available for use under the Contract. If Option C is used, then a pain gain mechanism will be applied, as outlined in the Procurement Documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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: 2022/S 000-003545

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

Date

23 June 2022

Local time

12:00pm

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

15 July 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: No

six.4) Procedures for review

six.4.1) Review body

Central Bedfordshire Council

Priory House

Shefford

SG17 5TQ

Email

procurement@centralbedfordshire.gov.uk

Country

United Kingdom