Section one: Contracting authority
one.1) Name and addresses
London Borough of Brent
Brent Civic Centre, Engineers Way
Wembley
HA9 0FJ
Contact
Ms Davina Alvares
Telephone
+44 2089376362
Country
United Kingdom
Region code
UKI72 - Brent
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=cf199af4-0d26-ec11-810e-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=cf199af4-0d26-ec11-810e-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Environmental Services 2023 – Highways Services (EPR 2122-201)
Reference number
DN574073
two.1.2) Main CPV code
- 45233100 - Construction work for highways, roads
two.1.3) Type of contract
Works
two.1.4) Short description
Highways Maintenance Works contract: Planned Highways Maintenance and Highways Schemes; Reactive Highways Maintenance; emergency call-out; and Cyclical and Reactive Gully cleansing.
The Highways Maintenance services will be split into two lots with two separate contracts as further detailed below. This contracts will initially be for 7 years with the option to extend for up to a further 3 years in 1 year increments subject to performance. The intended start date for the contracts is 1st of April 2023 subject to change in accordance with the Invitation to Tender documentation.
The estimated value stated in II.1.5 is the estimated combined value for both of the Lots. More information about the estimated value of the Lots is provided in V1.3
two.1.5) Estimated total value
Value excluding VAT: £81,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Area 1 - North
Lot No
1
two.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233210 - Surface work for highways
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
Highways Maintenance Works contract: Planned Highways Maintenance and Highways Schemes; Reactive Highways Maintenance including emergency call-out; and, Cyclical and Reactive Gully cleansing.
Scope of Highways Maintenance Works contract Lot 1:
(i) Planned schemes and planned maintenance work in area 1 of the borough
(ii) Reactive repairs across the whole of the borough
(iii) Emergency call-out service across the whole of the borough
(iv) Cyclical and Reactive Gully Cleansing across the whole of the borough
(viii) Occasional planned schemes and planned maintenance work in the area 2 (South) of the borough – with no guarantee that any such work will be given
Area 1 and Area 2 are further described in Schedule 7(1) of the Contract which is included as Appendix P of the Invitation to Tender Documents and which can be obtained from the website address in section I.3
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: £44,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
This contract is subject to renewal.
This contract will be initially for 7 years with the option to extend for such period or periods up to a further 3 years in 1 year increments subject to performance.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Area 2 - South
Lot No
2
two.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233210 - Surface work for highways
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
Highways Maintenance Works contract: Planned Highways Maintenance and Highways Schemes; Reactive Highways Maintenance.
Scope of Highways Maintenance Works contract Lot 2:
(i)Planned schemes and maintenance work in area 2 (South) of the borough
(ii)Occasional reactive repair work across the whole of the borough – with no guarantee that any such work will be given
(iii)Occasional planned schemes and planned maintenance work in area 1 (North) of the borough – with no guarantee that any such work will be given
Area 1 and Area 2 are further described in Schedule 7(1) of the Contract which is included as Appendix P of the Invitation to Tender Documents and which can be obtained from the website address in section I.3
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: £37,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
This contract is subject to renewal.
This contract will be initially for 7 years with the option to extend for such period or periods up to a further 3 years in 1 year increments subject to performance.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
The suitability criteria and scoring are set out in the selection criteria explanatory and
guidance documents which can be obtained from the website address in section I.3.
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
Details of the conditions are set out in the procurement documents. These may include
considerations relating to social, environmental and/or employment related considerations.
Bidders are referred to the application of a re-allocation mechanism as described within clauses 8.1-8.3 of the Form of Agreement and within Schedule 7 (1) and 7 (2) (Lots 1 and 2 and Re-Allocation Principles) of the Contract which is is included as Appendix P of the Invitation to Tender Documents and which can be obtained from the website address in section I.3
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-024832
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 October 2022
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 October 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contracting Authority is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. All information received will be dealt with in accordance with that Act and information to which the Environmental Information Regulations apply will be dealt with in accordance with those regulations.
The Contracting Authority reserves the right not to proceed or not to award a contract for the whole or any part of the proposed procurement. The Contracting Authority will not be liable for any costs incurred by those tendering for the contracts.
The estimated value for the contracts is based on existing budgets, historical spend and additional investment to the extent which it is already known about however, the actual spend under the contracts may increase or decrease depending on the budget available for each year of the contracts. The Contracting authority anticipates investing an additional £13 million over and above existing budgets in the first three years of the contracts. Such £13 million figure is already included in the estimated contract values included at II.1.5 and the II.2.6 (for both Lots 1 and 2). The estimated values and split between Lots 1 and 2 are dependent on which geographical area the works/services fall within and are subject to the application of the mechanism set out in Schedule 7 (1) and 7 (2) (Lots 1 and 2 and Re-Allocation Principles) of the Contract. The Contract is included as Appendix P of the Invitation to Tender Documents and which can be obtained from the website address in section I.3 The contracting authority does not guarantee a minimum spend under contracts.
six.4) Procedures for review
six.4.1) Review body
The 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 Authority will incorporate a minimum 10 day calendar day standstill period
at the point information on the award of the contact is communicated to tenderers. The
Public Contracts Regulations 2015 (SI 2015 nº 102) (as amended) provide for aggrieved
parties who have been harmed or are at risk of harm by a breach of the rules to take action in
the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have
known that grounds for starting the proceedings had arisen. The Court may extend the time
limit for starting proceedings where the Court considers that there is a good reason for doing
so but not so as to permit proceedings to be started more than 3 months after that date.
Where a contract has not been entered into, the Court may order the setting aside of the
award decision or order the Contracting Authority to amend any document and may award
damages. If the contract has been entered into the Court may only award damages or, where
the contract award procedures have not been followed correctly, declare the contract to be
“ineffective”.