Opportunity

Area 9 Maintenance and Response Contract (West Midlands)

  • Highways England

F02: Contract notice

Notice reference: 2021/S 000-015284

Published 2 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Highways England

The Cube, 199 Wharfside Street

Birmingham

B1 1RN

Contact

Glenda Davies

Email

Area9MandRProcurement@highwaysengland.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.highwaysengland.co.uk

one.2) Information about 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

https://highways.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://highways.bravosolution.co.uk/web/login.shtml

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Area 9 Maintenance and Response Contract (West Midlands)

two.1.2) Main CPV code

  • 45233139 - Highway maintenance work

two.1.3) Type of contract

Works

two.1.4) Short description

Highways England is looking for a suitable contractor to provide and undertake all cyclical and reactive maintenance, incident response, defect rectification and severe weather delivery on the trunk roads and motorways within Herefordshire, Shropshire, Staffordshire, Warwickshire, West Midlands and Worcestershire (Highways England Area 9).

Duties will also include maintenance of roadside technology, the provision of traffic management for the contractor's maintenance and incident response activities, and traffic management for others who may be working on the network.

Under the Construction (Design and Management) Regulations 2015 the contractor will be Principal Contractor for all work they undertake.

two.1.5) Estimated total value

Value excluding VAT: £335,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34923000 - Road traffic-control equipment
  • 45233130 - Construction work for highways
  • 45233140 - Roadworks
  • 45233141 - Road-maintenance works
  • 45233210 - Surface work for highways
  • 45310000 - Electrical installation work
  • 45316200 - Installation of signalling equipment
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 50800000 - Miscellaneous repair and maintenance services
  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKG - West Midlands (England)
Main site or place of performance

Area 9 of the Strategic Road Network which includes Herefordshire, Shropshire, Staffordshire, Warwickshire, West Midlands and Worcestershire.

two.2.4) Description of the procurement

Highways England is looking for a suitable contractor to provide and undertake all cyclical and reactive maintenance, incident response, defect rectification and severe weather delivery on the trunk roads and motorways within Herefordshire, Shropshire, Staffordshire, Warwickshire, West Midlands and Worcestershire (Highways England Area 9).

Duties will also include maintenance of roadside technology, the provision of traffic management for the contractor's maintenance and incident response activities, and traffic management for others who may be working on the network.

Under the Construction (Design and Management) Regulations 2015 the contractor will be Principal Contractor for all work they undertake.

Full details of the services are outlined in the document ‘Area 9 M&R Scope Issue 9’, with a description of Highways England Area 9 provided in the document ‘Area 9 Network Information Issue 9’.

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: £335,000,000

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

Duration in months

96

This contract is subject to renewal

No

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

A Parent Company Guarantee or equivalent form of security may be required at any time during the term of the contract. This may include where the financial standing of the applicant does not meet the required level as stated in the Selection Questionnaire. Further information will be set out in the Selection Questionnaire and accompanying guidance.

Applicant companies are asked to note that Highways England may decline to award the contract to the highest scoring bidder where it is already the contractor for a certain number of existing Maintenance & Response and Asset Support Contracts. This is to maintain the resilience of the Highways England network. Contract award opportunities for applicant companies may therefore be prohibited on this basis. Full details of the network resilience test are provided within the Instruction for Tenderers (IfT) document.

Contract dates stated are indicative and may be subject to change.

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

A Parent Company Guarantee or equivalent form of security may be required at any time during the term of the contract. This may include where the financial standing of the applicant does not meet the required level as stated in the Selection Questionnaire. Further in formation will be set out in the Selection Questionnaire and accompanying guidance.

Applicant companies are asked to note that Highways England may decline to award the contract to the highest scoring bidder where it is already the contractor for a certain number of existing Maintenance & Response and Asset Support Contracts. This is to maintain the resilience of the Highways England network. Contract award opportunities for applicant companies may therefore be prohibited on this basis. Full details of the network resilience test are provided within the Instructions for Tenderers (IfT) document.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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: 2021/S 000-010057

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

Date

9 September 2021

Local time

5:00pm

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

9 September 2021

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Contracting Authority intends to use an eTendering system in this procurement exercise. Suppliers Instructions on how to take part in this Tender:

1. Register for a free account at https://highways.bravosolution.co.uk

2. Click the 'ITTs Open To All Suppliers' link. (These are Invitations to Tender (ITT) open to any registered supplier). Click on the relevant ITT to access the content. Click the 'Express Interest' button at the top of the page. This will move the ITT into your 'My ITTs' page. (This is a secure area reserved for your projects only). You can now access the Tender Documents by clicking 'Buyer Attachments' in the 'ITT Details' box.

3. Click 'My Response' under 'ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can now use the 'Messages' function to communicate with Highways England and seek any clarification. Follow the onscreen instructions to complete the ITT. There may be a mixture of online and offline actions for you to perform. You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

The successful tenderer will be required to sign the Highways England Fair Payment Charter as a condition of acceptance of their tender.

As a supplier/organisation looking to bid for public sector contracts you should be aware that tender documentation for contracts over £10,000 GBP will be published on a single website and made available to the public. You should also be aware that if your bid is successful the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security. Highways England are committed to ensuring public sector procurement is used, where possible, to promote skills training and open up apprenticeship opportunities on public sector projects and programmes.

The successful Contractor will be appointed to fulfil the duties of Principal Contractor under the Construction (Design and Management) Regulations 2015. For further details please refer to the Instructions for Tenderers.

six.4) Procedures for review

six.4.1) Review body

Highways England Company Limited

The Cube, 199 Wharfside Street

Birmingham

B1 1RN

Email

Area9MandRProcurement@highwaysengland.co.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/highways-england

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Highways England will incorporate a minimum 10 calendar day standstill period at the point information on award of the contract is communicated to candidates. Appeals must be lodged in accordance with the Public Contracts Regulations (SI 2015 No. 102) as amended.