Tender

Environmental Services 2023 – Highways Services (EPR 2122-201)

  • London Borough of Brent

F02: Contract notice

Notice identifier: 2022/S 000-023956

Procurement identifier (OCID): ocds-h6vhtk-02e86d

Published 26 August 2022, 1:04pm



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

Email

Davina.Alvares@brent.gov.uk

Telephone

+44 2089376362

Country

United Kingdom

Region code

UKI72 - Brent

Internet address(es)

Main address

http://www.brent.gov.uk/

Buyer's address

http://www.brent.gov.uk/

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”.