Tender

HCC - 06/21 - Bridges and Structures Framework

  • Hertfordshire County Council

F02: Contract notice

Notice identifier: 2021/S 000-014117

Procurement identifier (OCID): ocds-h6vhtk-02be98

Published 21 June 2021, 5:55pm



Section one: Contracting authority

one.1) Name and addresses

Hertfordshire County Council

Pegs Lane

Hertford

SG13 8DE

Contact

Strategic Procurement Group

Email

zoe.upson@hertfordshire.gov.uk

Telephone

+44 01707292463

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

www.hertfordshire.gov.uk

Buyer's address

www.supplyhertfordshire.uk

one.3) Communication

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

www.supplyhertfordshire.uk

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

HCC - 06/21 - Bridges and Structures Framework

Reference number

HCC2012424

two.1.2) Main CPV code

  • 45220000 - Engineering works and construction works

two.1.3) Type of contract

Works

two.1.4) Short description

Hertfordshire County Council is currently out to procurement for the Provision of a Bridges and Structures Framework. Further information in regards to this opportunity can be found in II.2.4 and VI.3 below. Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system.To be considered as a Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on the 13th August 2021. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. Please allow sufficient time to make your return as late returns will not be permitted by the system.The estimated total value of all of the Contracts is stated in II.1.5 of this notice and is for the six (6) year term.

two.1.5) Estimated total value

Value excluding VAT: £36,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45220000 - Engineering works and construction works

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

The Bridges and Structures Framework Agreement will be a single supplier Framework. Schemes will be prepared by the Whole Client Service (WCS) and the level of detail will vary scheme by scheme with the design and preparation works is carried out by the organisation most suitable (WCS or Supplier’s Designer). Therefore, in some instance the WCS may only do a brief outline feasibility study whilst on other schemes a fully developed detailed design may be prepared by the WCS. The Supplier will be required to assist with Early Contractor Involvement (ECI). The Supplier will be required to plan, design and carry out advanced testing works to aid the design process. The Supplier will be required to have the capability to undertake detailed design on a design and build basis. The Bridges and Structures Framework Agreement will deliver inter alia: • Bridge asset management strategic maintenance intervention schemes, • Bridge strengthening schemes, • Bridge refurbishment and rehabilitation schemes, • Bridge upgrade schemes, • New structural assets, • Other local highway structures maintenance activities. A Reserve Contractor has been retained in the event of repeating under-performance. This has not been split in to Lots for the following reason; the Client is only after a single provider to enable both parties to develop a greater understanding of each other’s drivers and commitment – the Reserve Contractor will be held on reserve and called upon in various scenarios outlined in the Framework.Tenderers should be aware that due to the nature of the Services provided, any Framework formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.

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: £36,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The Client will review its options towards the end of the Framework period

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

Open 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 a single operator

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

A 6 year term provides assurance that the entire programme can be delivered under the framework and gives the supply chain confidence to invest in capacity building, productivity improvements, investment in environmental initiatives, sustainability, apprentice recruitment and training.

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

13 August 2021

Local time

12:00pm

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

13 August 2021

Local time

12:00pm

Place

www.supplyhertfordshire.uk


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system.This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.Any clarifications regarding this opportunity must be raised through Correspondence area in the eTendering system.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Contract.

six.4) Procedures for review

six.4.1) Review body

The High Courts Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The High Courts Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a Contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.

six.4.4) Service from which information about the review procedure may be obtained

The High Courts Royal Courts of Justice

The Strand

Hertford

WC2A 2LL

Country

United Kingdom