Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
The Gateway, Gatehouse Road
Aylesbury
HP19 8FF
Contact
Mrs Lindsey Sheen
procurement@buckinghamshire.gov.uk
Telephone
+44 1296383215
Country
United Kingdom
NUTS code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.buckinghamshire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.supplybucksbusiness.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.supplybucksbusiness.org.uk
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
Buckinghamshire Highways Framework One - Highways Minor Works
Reference number
DN612194
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
This Notice relates to Buckinghamshire Highways Framework One – Minor Works
Buckinghamshire Council (the Council) is the Highway Authority responsible for maintaining the highway network in Buckinghamshire.
The Council’s current integrated services contract is due to expire on 31 March 2023 and therefore the Council is commencing the procurement of its replacement service provision.
Following a fundamental review and wide consultation, the Council has identified a new service delivery model. The new model includes a Term Maintenance Contract and a Term Consultancy Contract (both currently in live procurement) and two separate multi-supplier frameworks:
Buckinghamshire Highways Framework One – Minor Works; and Buckinghamshire Highways Framework Two – Major Works
This Notice relates to Framework One - Minor Works only (“the Framework Agreement”).
There is also a procurement commencing shortly for Framework Two – Major Works under a different contract notice (DN613052), and economic operators interested in applying for Framework Two must refer to that contract notice for details of how to express an interest.
This framework will run for a four (4)-year duration although the Council reserves the right (subject to the procurement regime at the time) to extend this period by any period or periods up to a further four(4) years.
This Framework One – Minor Works, will have 3 Lots:
Lot 1: Conventional Surfacing
Lot 2: Specialist Treatments
Lot 3: Highways Minor Works
The Council intends that the successful Tenderers will form part of an alliance arrangement between the Council and one or more of the other highways contractors appointed by the Council as set out above.
Further details of the proposed works and services forming the scope of the Framework Agreement and its commercial terms (and those of the call-off contracts governing the works packages) are set out in the procurement documents, and full details will appear in the tender documentation accompanying the invitation to tender (ITT).
It is intended that the Council will award work under the Framework Agreement using a combination of direct award and mini-competition and will choose between these methods based on objective criteria which will appear in full in the Framework Agreement, along with:
• the objective criteria which, in the case of a direct award will determine to which supplier the works package will be awarded, and
• in the case of a mini-competition, the procedure and criteria to be used to select the supplier who will be awarded the works package.
The Council further reserves the right to issue “time charge orders” under the Framework Agreement in respect of feasibility, scoping or other initial services, as set out in the procurement documents.
two.1.5) Estimated total value
Value excluding VAT: £54,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Conventional Surfacing
Lot No
1
two.2.2) Additional CPV code(s)
- 45233000 - Construction, foundation and surface works for highways, roads
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
Lot 1 - Conventional Surfacing. This Lot incorporates the construction of capital funded maintenance schemes including carriageway inlay, overlay, resurfacing and reconstruction in line with the requirements of Buckinghamshire Council’s asset management strategy to enhance the condition and value of the capital highway asset.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £24,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2027
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
two.2.14) Additional information
In relation to II.2.6 estimated total value, this is the minimum value. The estimated total value is a range from 24,000,000 to 32,000,000 GBP. This has been calculated using historical figures providing an average of 6,000,000 GBP per annum over a full 4 year period.
two.2) Description
two.2.1) Title
Specialist Treatments
Lot No
2
two.2.2) Additional CPV code(s)
- 45233000 - Construction, foundation and surface works for highways, roads
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
Lot 2: This Lot incorporates the construction of capital funded carriageway maintenance schemes including surface treatments, high friction surfacing, joint sealing and other processes in line with the requirements of Buckinghamshire Council’s asset management strategy to maintain the serviceability, condition and overall life of the capital highway asset.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £16,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2027
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
two.2.14) Additional information
In relation to II.2.6 estimated total value, this is the minimum value. The estimated total value is a range from 16,000,000 to 20,000,000 GBP. This has been calculated using historical figures providing an average of 4,000,000 GBP per annum over a full 4 year period.
two.2) Description
two.2.1) Title
Minor Works (less than £500,000)
Lot No
3
two.2.2) Additional CPV code(s)
- 45233000 - Construction, foundation and surface works for highways, roads
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
Lot 3 - Minor Works (Less than £500,000). This Lot incorporates the construction of capital funded footway maintenance and improvement schemes, carriageway machine patching in advance of surface treatment, civil engineering schemes and highway drainage improvement schemes up to an individual scheme value of £500,000 in line with the requirements of Buckinghamshire Council’s asset management strategy to enhance the operation of and maintain the serviceablility of, the capital highway asset.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £14,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2027
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
two.2.14) Additional information
In relation to II.2.6 estimated total value, this is the minimum value. The estimated total value is a range from 14,000,000 to 18,000,000 GBP. This has been calculated using historical figures providing an average of 3,500,000 GBP per annum over a full 4 year period.
Section three. Legal, economic, financial and technical information
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The main financing conditions, payment mechanism and performance standards will be described in the procurement documents to be made available at ITT stage (and in draft form with this Contract Notice).
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:
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
11 July 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
16 August 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
Tender must be valid until: 1 April 2023
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
1. To express interest in the Framework Agreement, Applicants must complete and submit the SQ through the Portal no later than the deadline in IV.2.2. Please note that Applicants must allow sufficient time to upload their SQ Responses as the Council is under no obligation to consider SQ Responses submitted after that deadline.
2. In order to submit an SQ Response, Applicants must register on the Buckinghamshire Business Portal if they have not already done so.
3. For technical assistance relating to the Buckinghamshire Business Portal, please contact 0330 005 0352.
4. An Applicant may be a single organisation or a consortium. In addition, Applicants may be entitled to rely on third parties in order to achieve the minimum standards set out in the SQ Guidance. Applicants are referred to the SQ Guidance for requirements that apply in these cases.
5. All financial values in this Contract Notice are estimated and may be subject to change. The estimated total values of work under each Lot of the Framework Agreement stated in this Contract Notice are stated in prices current at the date of this Notice and do not take into account the impact of any indexation or inflationary increases over the term of the Framework Agreement.
6. In relation to II.1.5 estimated total value, this is the minimum value. The estimated total value is a range from 54,000,000 to 70,000,000 GBP and this has been calculated using historical figures providing an average of 13,500,000 GBP per annum over the full 4 year term. The estimated values for each Lot are also based on ranges which are set out in the relevant sections of this notice.
7. Applicants are also referred to the procurement documents for further details about the likely values of work under the Framework Agreement (and specific Lots) and in particular, that given its nature as a Framework Agreement there will be no guarantee that any supplier will be awarded any particular volume or value of work during the term of the Framework Agreement.
8. The envisaged number of participants stated in IV.1.3 are per Lot.
9. All dates set out in this Contract Notice are based on the Council’s current procurement programme which it reserves the right to change and update at any stage during the procurement. Such dates may therefore change.
10. A response to this Contract Notice does not guarantee that an Applicant will be invited to tender. The Council is not bound to enter into any contract arising out of the procedures envisaged by this Contract Notice and may vary its requirements or procedure at any time. The Council reserves the right to abandon, delay or postpone this procurement at any time. Applicants are referred to the SQ Guidance for full instructions and conditions of participation in this procurement.
11. Applicants will be solely responsible and liable for all costs associated and arising out of or in connection with responding to this Contract Notice and the SQ and with submitting any tender, howsoever such costs are incurred.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom