Contract

Highways Term Service Contract

  • Milton Keynes City Council

F03: Contract award notice

Notice identifier: 2024/S 000-023462

Procurement identifier (OCID): ocds-h6vhtk-03c857

Published 26 July 2024, 3:48pm



Section one: Contracting authority

one.1) Name and addresses

Milton Keynes City Council

Civic Office, 1 Saxon Gate East

Milton Keynes

MK9 3EJ

Email

corporateprocurement@milton-keynes.gov.uk

Telephone

+44 1908691691

Country

United Kingdom

NUTS code

UKJ12 - Milton Keynes

Internet address(es)

Main address

https://in-tendhost.co.uk/milton-keynes/aspx/Home

Buyer's address

https://www.milton-keynes.gov.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

Highways Term Service Contract

Reference number

2021-049

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

Milton Keynes City Council (the ‘Authority’) invites expressions of interest from suitably qualified and experienced organisations in relation to its contract for the delivery of a programme of term maintenance and capital works projects across its network of highways and infrastructure in Milton Keynes (the ‘Contract’). The works and services to be provided under the Contract are comprehensive and cover all the routine, reactive and planned works that need to be delivered by the Authority to achieve the outcomes set out in the Contract. The Authority is seeking a contractor to deliver the works and services in a manner that will maximise the use of the latest technology, processes and management techniques to deliver high quality services that are customer focused, right first time and provide excellent value for money for the Authority whilst supporting and enhancing the Authority’s values and aims.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £350,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233260 - Pedestrian ways construction work
  • 45233200 - Various surface works
  • 45000000 - Construction work
  • 45233210 - Surface work for highways
  • 71510000 - Site-investigation services
  • 45432112 - Laying of paving
  • 71311210 - Highways consultancy services
  • 45233130 - Construction work for highways
  • 44113000 - Road-construction materials
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 45233141 - Road-maintenance works
  • 45233253 - Surface work for footpaths
  • 45233142 - Road-repair works
  • 45233161 - Footpath construction work
  • 45233140 - Roadworks
  • 14410000 - Rock salt
  • 45233252 - Surface work for streets
  • 45233290 - Installation of road signs
  • 50232110 - Commissioning of public lighting installations
  • 45233293 - Installation of street furniture
  • 45233280 - Erection of road-barriers
  • 45233310 - Foundation work for highways
  • 45233291 - Installation of bollards
  • 71311220 - Highways engineering services
  • 34927100 - Road salt
  • 45233220 - Surface work for roads
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 50232100 - Street-lighting maintenance services
  • 45233139 - Highway maintenance work

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

The procurement is for the Authority’s contract for highways and infrastructure services (‘Highway Services’).The Authority is seeking a single contract to provide integrated services and capital works as described in Section II.1.4 (Short Description).The Authority will implement the procurement procedure in successive stages - further information is set out in the procurement documents. To express interest, economic operators must complete and return responses to the selection questionnaire (SQ) (which uses the PAS91 form) in accordance with the instructions set out in the procurement documentation. The Authority’s needs and requirements for the Contract are included in the procurement documents published with this notice.This procurement is undertaken pursuant to the competitive procedure with negotiation using an electronic tendering system. Economic operators will need to register on the portal to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at https://in-tendhost.co.uk/milton-keynes/This procurement shall take place in successive stages as referenced in Regulation 29(19) of the PCR. Following submission of the completed SQs, the Authority will apply the selection criteria, as set out in the procurement documentation. Based upon the selection criteria set out in the SQ, the Authority intends to shortlist and invite the top five (5) scoring economic operators to progress from the SQ stage to the invitation to participate in negotiation and submission of initial tender stage provided there are sufficient economic operators that submit and pass the SQ stage.Each of the economic operators shortlisted at the SQ stage will be invited to submit initial tenders. Following the evaluation of the initial tenders, in accordance with the evaluation methodology set out in the procurement documentation, the Authority will, either make an award based on the initial tenders or, as is the Authority’s current intention, invite the economic operators to participate in negotiation. Following conclusion of the negotiation the Authority shall invite the economic operators to submit final tenders. The final tenders shall be evaluated in accordance with the evaluation methodology set out in the procurement documentation and the Authority shall make an award accordingly. The Authority reserves the right to add stages or revise this process and/or to discontinue all or part of this procurement process at any stage at any time and not to award a contract for some or all of the Highway Services for which responses are invited for any reason.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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: 2023/S 000-013606


Section five. Award of contract

Contract No

2021-049

Title

Highways Term Service Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 June 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ringway Infrastructure Services Limited

Albion House, Springfield Road

Horsham

RH12 2RW

Email

clive.rillstone@ringway.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

2756434

Internet address

https://www.ringway.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £350,000,000

Total value of the contract/lot: £69,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Value excluding VAT: £20,010,000

Proportion: 29 %

Short description of the part of the contract to be subcontracted

The roles are Electrical Installations, Civils, Road Markings, Ashphalt, Concrete and Aggregate, Surface Dressing and Specialist Treatments, Surfacing will be subcontracted. 7 Subcontractors will be used


Section six. Complementary information

six.3) Additional information

The total contract award value provided in Section V.2.4 is the tendered sum for the full possible contract period of 12 years (i.e. the initial service period plus the full potential extension period of 4 years) at point of contract signature. This figure comprises the tendered sum for the Core Work Tasks only. The value provided in Section V2.4 is not intended to act as a cap on the Contract costs/value. The figure will be affected by the instruction of capital works as Work Tasks during the term of the Contract. Furthermore, the sum is expected to be affected by compensation events, adjustments for inflation in accordance with Option X1 of the Contract, and expected growth/key service change in the Authority Area.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit