Section one: Contracting authority
one.1) Name and addresses
Gloucestershire County Council
Shire Hall
Gloucester
GL1 2TH
Contact
Mr Mike McGowan
mike.mcgowan@gloucestershire.gov.uk
Telephone
+44 1452328900
Country
United Kingdom
NUTS code
UKK13 - Gloucestershire
Internet address(es)
Main address
https://www.gloucestershire.gov.uk
Buyer's address
https://www.gloucestershire.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=edb9f62c-fb4d-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=edb9f62c-fb4d-ec11-810e-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
Surfacing Works for Gloucestershire County Council 2022 to 2024(26)
Reference number
DN584218
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
The Council is advertising a 2 year contract for the provision of Surfacing Works for Gloucestershire County Council from 1 April 2022 to 31 March 2024, with the provision to extend for up to 2 years to 31 March 2026.
two.1.5) Estimated total value
Value excluding VAT: £80,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK13 - Gloucestershire
two.2.4) Description of the procurement
The works are part of the structural maintenance programme for Gloucestershire County Council and will be ordered by Task Order for each individual package/scheme. Works to consist of structural repairs to the County Network including planing off existing surfaces and replacement to the various depths and layers required by the design of each scheme. Works will include temporary traffic management, site clearance, adjustment to ironworks, minor earthworks, surfacing, ancillary kerbing and footways, road marks and testing. The works will be located across the County. The extent of the works will vary and no guarantee of scheme size of annual spend can be given.
We are following a 1 stage process using the Open Procedure. Contract form will be the NEC4 Term Service Contract as amended in accordance with the procurement documents.
The estimated £80m value of the proposed Structural Maintenance Contract is £40m over the initial 2 year term and a further £40m over the optional 2 year extension period. For Contract Notice purposes, the contract value range is based on predicted budgets over the full term of the contract. The values also include contingency to account for inflation, potential one-off funding bids, DfT awards and other unknown possible increases in capital funding over the contracted period.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2024
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option to extend the 2 year contract by a further period of 2 years if predetermined performance levels have been met.
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
The council reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.
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
As set out in the tender documents.
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 set out in the tender 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
Open procedure
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
14 January 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
14 January 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Procontract Advert is available in the following link:
six.4) Procedures for review
six.4.1) Review body
Gloucestershire County Council
Gloucester
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with regulation 86 (Notices of decisions to award a contract), Regulation 87 (standstill period) and Regulation 91 (Enforcement of duties through the Court) of the public contracts Regulations 2015 (as amended).
The council will incorporate a standstill period at the point information on the award of the contract is communicated to bidders. That notification will provide full information on the award decision and the standstill period, which will be for a minimum of 10 calendar days, provides time for the unsuccessful bidders to review and scrutinise the award decision before the contract is entered into.