Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
The Gateway, Gatehouse Road
Aylesbury
HP19 8FF
Contact
Mrs Lindsey Sheen
Lindsey.Sheen@buckinghamshire.gov.uk
Telephone
+44 1296383615
Country
United Kingdom
NUTS code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.buckinghamshire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.supplybucksbusiness.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.supplybucksbusiness.org.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
Buckinghamshire Highways Term Consultancy Services Contract
Reference number
DN578362
two.1.2) Main CPV code
- 71310000 - Consultative engineering and construction services
two.1.3) Type of contract
Services
two.1.4) Short description
This Contract Notice relates to the Term Consultancy Contract only (item 2 below).
Buckinghamshire Council (the Council) is the Highway Authority responsible for maintaining the highway network in Buckinghamshire. This includes the maintenance and consultancy.
The Term Consultancy Contract is used for the provision of professional services for infrastructure-related projects and services with regards highways. The Consultant provides professional technical resources to deliver these services efficiently and effectively. The Consultant shall undertake the role of Principal Designer under the CDM Regulations 2015.
The Council’s current integrated services contract is due to expire on 31 March 2023 and following a fundamental review and wide consultation, the Council has identified the following new service delivery model:
1 A Term Maintenance Contract to include routine and reactive maintenance, minor improvement works and winter services (procurement exercise commenced in August 2021 currently ongoing).
2 A Term Consultancy Contract to include design and other professional services.
3 Two separate framework arrangements each of a maximum 4-year duration.
Framework One – Minor Works
Lot 1: Conventional surfacing work
Lot 2: Surface treatments including surface dressing
Lot 3: Minor works
Framework Two – Major works
This Contract Notice relates to the Term Consultancy Contract (item 2) only (“the Contract”) and the Council anticipates that calls for competition for the frameworks will be published over the course of the next twelve months.
It is expected that the Contract will be for an initial term of eight (8) years subject to extension (see II.2.11 below) and be based on the NEC4 Term Service Contract (as appropriately amended and augmented by the Council).
The Council intends that the successful Tenderer will form part of an alliance arrangement between the Council and one or more of the other highways contractors appointed by the Council as set out above.
Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) as amended may apply to this contract.
Further details of the proposed works and services forming the scope of the Contract and its commercial terms are set out in the procurement documents, and full details will appear in the tender documentation accompanying the invitation to submit an initial tender.
two.1.5) Estimated total value
Value excluding VAT: £36,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71324000 - Quantity surveying services
- 71351500 - Ground investigation services
- 71520000 - Construction supervision services
- 71631450 - Bridge-inspection services
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
This Contract Notice relates to the Term Consultancy Contract only (item 2 below).
Buckinghamshire Council (the Council) is the Highway Authority responsible for maintaining the highway network in Buckinghamshire. This includes the maintenance and consultancy.
The Term Consultancy Contract is used for the provision of professional services for infrastructure-related projects and services with regards highways. The Consultant provides professional technical resources to deliver these services efficiently and effectively. The Consultant shall undertake the role of Principal Designer under the CDM Regulations 2015.
The Council’s current integrated services contract is due to expire on 31 March 2023 and following a fundamental review and consultation, the Council has identified the following new service delivery model:
1 A Term Maintenance Contract to include routine and reactive maintenance, minor improvement works and winter services (procurement exercise commenced in August 2021 currently ongoing).
2 A Term Consultancy Contract to include design and other professional services.
3 Two separate framework arrangements each of a maximum 4-year duration.
Framework One – Minor Works
Lot 1: Conventional surfacing work
Lot 2: Surface treatments including surface dressing
Lot 3: Minor works
Framework Two – Major works
This Contract Notice relates to the Term Consultancy Contract (item 2) only (“the Contract”) and the Council anticipates that calls for competition for the frameworks will be published over the course of the next twelve months.
It is expected that the Contract will be for an initial term of eight (8) years subject to extension (see II.2.11 below) and be based on the NEC4 Term Service Contract (as appropriately amended and augmented by the Council).
The Council intends that the successful Tenderer will form part of an alliance arrangement between the Council and one or more of the other highways contractors appointed by the Council as set out above.
Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) as amended may apply to this contract.
Further details of the proposed works and services forming the scope of the Contract and its commercial terms are set out in the procurement documents, and full details will appear in the tender documentation accompanying the invitation to submit an initial tender.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £36,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
1 April 2035
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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council intends that the Contract will have an initial term of eight (8) years with a right to extend that initial term by up to two further periods of two years each (leading to a maximum total extension of four (4) years, subject to the requirements and procedure set out in the procurement documents.
The period of time set out in II.2.7 is therefore inclusive of the initial term and the maximum possible contract extension.
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.2.14) Additional information
Applicants are referred to VI.3) Additional information in this Contract Notice below.
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
List and brief description of conditions:
Applicants are referred to the SQ and SQ Guidance for information about 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
The main financing conditions, payment mechanism and performance standards will be described in the procurement documents to be made available at initial stage. It is expected that the NEC4 Term Service Contract will be used and Applicants are referred to the procurement documents made available at this Contract Notice stage.
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
Competitive procedure with negotiation
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: 2021/S 000-012851
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 December 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 January 2022
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: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
1. To express interest in the Contract, Applicants must complete and submit the SQ through the Portal no later than the deadline in IV.2.2. Please note that Applicants must allow sufficient to upload their SQ Responses as the Council is under no obligation to consider SQ Responses submitted after that deadline.
2. In order to submit an SQ Response, Applicants must register on the Buckinghamshire Business Portal if they have not already done so.
3. For technical assistance relating to the Buckinghamshire Business Portal, please contact 0330 005 0352.
4. An Applicant may be a single organisation or a consortium. In addition Applicants may be entitled to rely on third parties in order to achieve the minimum standards set out in the SQ Guidance. Applicants are referred to the SQ Guidance for requirements that apply in these cases.
5. All financial values in this Contract Notice are estimated and may be subject to change. The estimated total value of the Contract in II.1.5 provides for and includes the value of the optional maximum extension period. Applicants are also referred to the procurement documents for further details about the likely values of work under the Contract and in particular, that given its nature as a term service contract there will be no guarantee of a particular volume or value of work under the Contract.
6. All dates set out in this Contract Notice are based on the Council’s current procurement programme which it reserves the right to change and update at any stage during the procurement. Such dates may therefore change.
7. A response to this Contract Notice does not guarantee that an Applicant will be invited to submit an initial tender. The Council is not bound to enter into any contract arising out of the procedures envisaged by this Contract Notice and may vary its requirements or procedure at any time. The Council reserves the right to abandon, delay or postpone this procurement at any time. Applicants are referred to the SQ Guidance for full instructions and conditions of participation in this procurement.
8. Applicants will be solely responsible and liable for all costs associated and arising out of or in connection with responding to this Contract Notice and the SQ and with submitting any tender, howsoever such costs are incurred.
9. In relation to II.2.6 estimated total value, this is the minimum value. The estimated total value is £36,000,000 based on £3,000,000 per annum over the full 12 year period
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom