Opportunity

Sustainable Oldham Strategic Partnership Agreement (SOSPA)

  • Oldham Council

F02: Contract notice

Notice reference: 2023/S 000-026445

Published 7 September 2023, 11:00am



Section one: Contracting authority

one.1) Name and addresses

Oldham Council

Civic Centre

Oldham

OL1 1UT

Contact

Mr Dan Cheetham

Email

dan.cheetham@oldham.gov.uk

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

http://www.oldham.gov.uk/

Buyer's address

https://procontract.due-north.com/

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=1c63df51-eace-ed11-8120-005056b64545

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=1c63df51-eace-ed11-8120-005056b64545

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

Sustainable Oldham Strategic Partnership Agreement (SOSPA)

Reference number

DN663452

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Oldham Council has a strategy to deliver a series of highway improvement and high specification public realm projects in and around Oldham Town Centre. Sustainable Oldham is a package of measures to transform the accessibility and connectivity to and around Oldham Town Centre by all modes as part of an ambitious vision and development strategy for investment in the Town Centre.

The appointment of a Strategic Delivery Partner will initially support the Council in:

Facilitating development of the Key Route Network including junction improvements;

Improving connectivity to the town centre for pedestrians and cyclists and bus travellers;

Maintaining the integrity of the highway network around Oldham.

two.1.5) Estimated total value

Value excluding VAT: £35,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45233100 - Construction work for highways, roads
  • 45233120 - Road construction works
  • 45233121 - Main road construction works
  • 45233122 - Ring road construction work
  • 45233123 - Secondary road construction work
  • 45233124 - Trunk road construction work
  • 45233125 - Road junction construction work
  • 45233127 - T-junction construction work
  • 45233128 - Roundabout construction work
  • 45233129 - Crossroad construction work
  • 45233130 - Construction work for highways
  • 45233139 - Highway maintenance work
  • 45233140 - Roadworks
  • 45233141 - Road-maintenance works
  • 45233142 - Road-repair works
  • 45233150 - Traffic-calming works
  • 45233160 - Paths and other metalled surfaces
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233200 - Various surface works
  • 45233210 - Surface work for highways
  • 45233220 - Surface work for roads
  • 45233221 - Road-surface painting work
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45233224 - Dual carriageway construction work
  • 45233225 - Single carriageway construction work
  • 45233226 - Access road construction work
  • 45233228 - Surface coating construction work
  • 45233229 - Verge maintenance work
  • 45233250 - Surfacing work except for roads
  • 45233251 - Resurfacing works
  • 45233252 - Surface work for streets
  • 45233253 - Surface work for footpaths
  • 45233260 - Pedestrian ways construction work
  • 45233262 - Pedestrian zone construction work
  • 45233280 - Erection of road-barriers
  • 45233290 - Installation of road signs
  • 45233291 - Installation of bollards
  • 45233292 - Installation of safety equipment
  • 45233293 - Installation of street furniture
  • 45233294 - Installation of road signals
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45233310 - Foundation work for highways
  • 45233320 - Foundation work for roads
  • 45233330 - Foundation work for streets
  • 45233340 - Foundation work for footpaths

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Oldham Council has a strategy to deliver a series of highway improvement and high specification public realm projects in and around Oldham Town Centre. Sustainable Oldham is a package of measures to transform the accessibility and connectivity to and around Oldham Town Centre by all modes as part of an ambitious vision and development strategy for investment in the Town Centre.

The Council is using the Restricted Procedure pursuant to Regulation 28 of the Public Contracts Regulations 2015 (as amended) (PCR) which will involve the following two core stages:

Stage 1 – assessment of capacity, capability, and financial standing to meet Council requirements and shortlisting Selection Questionnaire (SQ);

Stage 2 – Invitation to Tender to those shortlisted (ITT).

Those Tenderers shortlisted at Stage 1 will be invited to Tender and will be requested to provide proposals to meet the requirements outlined in the procurement documents.

The term is to be for a maximum of 4 years. There is a programme of several projects planned initially. The final number of projects to be delivered may increase and vary depending on the level of future external funding available to the Council and the success of the partnership between the Council and Delivery Partner.

It is the intention of the Council that the Delivery Partner will deliver the entire programme of works, however there are situations where a Reserve Supplier may be invited to deliver Work Orders. The Reserve Supplier will be engaged by the Council to hold that role from the outset and will be invited to take part in a quotation procedure for a Work order in limited situations and as described in the procurement documents.

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: £35,000,000

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

Duration in months

48

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The Council will invite a maximum of Five (5) Tenderers to participate in Stage 2 and such Tenderers will be selected on the basis of them being the five highest scoring at the SQ stage, provided they meet all minimum standards of qualification set out in the SQ. The Council reserves the right to invite fewer than five Tenderers to Stage 2, if fewer than five suitable applications are received. The Tenderer with the highest score being ranked in 1st place. In the event that the total score of the 6th placed Tenderer is tied with the total score achieved by the 5th placed Tenderer, the 6th placed Tenderer will also proceed to the shortlist and the next stage ITT.

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.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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As described in the procurement documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 2

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

9 October 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 November 2023

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

Procurement documents must be accessed through the Council's e-tendering portal: The

Chest/Proactis (www.the-chest.org.uk). Project reference DN663452. All communications must also be directed via this portal.

The Chest - Tenderer Support

Go to https://www.the-chest.org.uk/SupplierSupport.html

Here you will see the hyperlink to log your issue / 'submit a ticket' for ProContract

V3.

Alternatively you can log your call by emailing ProContractSuppliers@proactis.com

and a representative will contact you as soon as possible. For Critical and Time-

Sensitive issues you can call The Chest: 0330 005 0352.

six.4) Procedures for review

six.4.1) Review body

Legal and Constitutional Services

Oldham

Email

paul.entwistle@oldham.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Oldham Borough Council will incorporate a standstill period at the point information on the

award of the contract is communicated to tenderers. That notification will provide full

information on the award decision. The standstill period, which will be for a minimum of 10

calendar days provides time for unsuccessful tenderers to challenge the award decision

before the contract is entered into. The Public Contract Regulations 2015 (SI 2015 No.102)

(as amended) provides 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).

six.4.4) Service from which information about the review procedure may be obtained

Legal and Constitutional Services

Oldham

Email

paul.entwistle@oldham.gov.uk

Country

United Kingdom