Tender

Buckinghamshire Highways Framework Two – Major Works

  • Buckinghamshire Council

F02: Contract notice

Notice identifier: 2022/S 000-015322

Procurement identifier (OCID): ocds-h6vhtk-034280

Published 1 June 2022, 11:46am



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

The Gateway, Gatehouse Road

Aylesbury

HP19 8FF

Contact

Mrs Lindsey Sheen

Email

Lindsey.Sheen@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 Two – Major Works

Reference number

DN613052

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 Two – Major 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 Two - Major Works only (“the Framework Agreement”).

There is also a procurement commencing for Framework One – Minor Works under a different contract notice (DN612194), 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.

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: £32,000,000

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
  • 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

This Notice relates to Buckinghamshire Highways Framework Two – Major 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 Two - Major Works only (“the Framework Agreement”).

There is also a procurement commencing for Framework One – Minor Works under a different contract notice (DN612194), 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.

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.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £32,000,000

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

Maximum number: 4

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.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 32,000,000 to 50,000,000 GBP and this has been calculated using historical figures providing an average of 8,000,000 GBP per annum over the full 4 year term.

7. Applicants are also referred to the procurement documents for further details about the likely values of work under the Framework Agreement 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. 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.

9. 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.

10. 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

Internet address

https://www.buckinghamshire.gov.uk/