Opportunity

M25 Motorway Network Improvements Works Call Off Framework Agreement (COFA 3)

  • CONNECT PLUS (M25) LIMITED

F02: Contract notice

Notice reference: 2022/S 000-022253

Published 12 August 2022, 10:07am



The closing date and time has been changed to:

30 September 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

CONNECT PLUS (M25) LIMITED

St. Albans Road,South Mimms

POTTERS BAR

EN63NP

Contact

Procurement Manager

Email

cofa3.procurement@connectplusm25.co.uk

Telephone

+44 2033868500

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Companies House

06683845

Internet address(es)

Main address

https://www.connectplusm25.co.uk/

one.3) Communication

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

https://connectplusm25.ukp.app.jaggaer.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://connectplusm25.ukp.app.jaggaer.com

one.4) Type of the contracting authority

Other type

Connect Plus (M25) Limited is not a contracting authority within the meaning of the Public Contracts Regulations 2015

one.5) Main activity

Other activity

Highway Works


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

M25 Motorway Network Improvements Works Call Off Framework Agreement (COFA 3)

two.1.2) Main CPV code

  • 45233130 - Construction work for highways

two.1.3) Type of contract

Works

two.1.4) Short description

Connect Plus (M25) Ltd is employed by National Highways under a 30 year design, build, finance and operate ('DBFO') concession contract to manage and maintain the M25 motorway and all associated arterial link roads ('Project Road').

Under the terms of the concession contract, National Highways from time to time instructs and sponsors Connect Plus to procure civil engineering and technology works associated with improvement schemes for the Project Road. Connect Plus has a framework agreement in place for the purposes of procuring such works, but that framework is approaching the end of its term.

There is a pipeline of works associated with improvement schemes for the Project Road. Therefore, Connect Plus wishes to procure a new framework to replace the existing framework on its expiry.

It is envisaged that there will be a minimum of 3 framework contractors. Further information is set out in the procurement documents

two.1.5) Estimated total value

Value excluding VAT: £167,000,000

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
  • 34924000 - Variable message signs
  • 34996000 - Control, safety or signalling equipment for roads
  • 45221000 - Construction work for bridges and tunnels, shafts and subways
  • 45233000 - Construction, foundation and surface works for highways, roads

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

M25 Motorway, adjoining arterial roads and interchanges making 440km of strategic road network. Assets include five tunnels, QEII Bridge, M4 elevated section among the 2,500 structures, and other locations as instructed by National Highways.

two.2.4) Description of the procurement

Connect Plus M25 Ltd is employed by National Highways (formerly Highways England) under a DBFO agreement (Design, Build, Finance and Operate) contract to manage and maintain the M25 motorway and all associated arterial link roads over a 30-year period, from 2009.

The works envisaged under this framework agreement will comprise Civil Engineering and Technology improvements instructed by National Highways (including but not limited to structures, geotechnical, junction improvements, roadside technology and environmental) and in some instances, combined with road infrastructure renewals works related to Civil Engineering and Technology.

There is no guarantee of the Call Off Contracts to be awarded.

The works will be built into contracted packages typical award value of Packages are likely between £500,000 to £3,000,000, excluding VAT.

The framework contractor will in most cases be required to undertake the role of Principal Contractor. Some or

all of the design of the works may be included in a number of the work packages.

Examples of Civil Engineering works that may be required under the framework agreement include: signalling gantries; realignment and widening of carriageways and associated kerbing and footpaths; new earthworks;

drainage and pavement works for new roads; cycleways and footways; drainage improvements including

outfall works; services diversions; lighting; fences and gates; traffic barriers; signs and markings; traffic

management; noise abatement schemes; strengthening of reinforced concrete or other structures; complex

bridge replacement / construction; works to walkways and footpaths; works to pedestrian and maintenance

access, improvements to vehicle restraint systems; landscaping; ground engineering and earthworks structuring

and piling; new street lighting; Investigations, including Ground investigations, surveys, testing and site

clearance as enabling works.

Examples of Technology works that may be required under the framework include: supply, install, test and commission signs and signalling; vehicle height and width sensor technology; new traffic signals and road barrier systems; variable speed limit and managed motorway or equivalent signals and signing; UTC and traffic signals; ramp metering; CCTV cameras and systems; matrix signs with associated network cabling and other infrastructure; midas loops and non-intrusive replacements; VMS; incident detection systems; safety cameras; digital enforcement camera systems; enhancements to control rooms and systems.

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: £167,000,000

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

Duration in months

72

This contract is subject to renewal

No

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

Envisaged minimum number: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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

Competitive procedure with negotiation

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

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

There are a number of complexities associated with delivering improvement works on the Project Road. Contractors appointed to the framework will need to go through a process of learning and training to better understand the project requirements and required patterns and standards. The material benefits of that iterative process are not realised until part way through the duration of the framework. 4 years is considered too short for this period of learning to establish itself and allow a sufficient time to accrue those benefits.

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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 000-004833

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

Originally published as:

Date

26 September 2022

Local time

12:00pm

Changed to:

Date

30 September 2022

Local time

12:00pm

See the change notice.

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.3) Additional information

For clarity Connect Plus reserves the right to award the framework based on initial tenders, but reserves the right to negotiate if necessary.

The information provided within this Notice about the estimated value of the opportunity is for information and actual throughput may be higher or lower. The current estimated value range is between £50m and £167m, excluding VAT, or between £60m and £200m including VAT. Note that this is a zero value framework opportunity.

Access and registration to the Procurement Portal is via https://connectplusm25.ukp.app.jaggaer.com

To register click on Supplier Access, then once registered and account is live, log in and click on the 'Sourcing' button on the left ribbon.

Then navigate to 'ITTs' and then 'ITTs open to all'.

Once expressed interest in the opportunity the ITT will appear in 'My ITTs'.

This pre-qualification Selection Questionnaire is called an 'ITT' by the system, however, it is available to all that would like to express an interest in this opportunity.

six.4) Procedures for review

six.4.1) Review body

High Court

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 entity will incorporate a minimum of 10 calendar days standstill period from the time that the tenderers are notified of the outcome of the contract award. The standstill period provides time for unsuccessful tenderers to challenge the award decision before the contract is entered in to. Unsuccessful tenderers should notify the contracting entity in writing in the first instance should they wish to challenge the award notification.