Section one: Contracting authority
one.1) Name and addresses
Knowsley Council
Huyton Municipal Building - 1st Floor, Archway Road
Knowsley
L36 9YZ
Contact
Mr Michael Sellors
michael.sellors@star-procurement.gov.uk
Telephone
+44 7580292661
Country
United Kingdom
Region code
UKD71 - East Merseyside
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Highways Term Service and Associated Professional Services
Reference number
DN688556
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 undertaking of a suite of services to deliver planned and reactive highways asset management projects, as well as highway capital investment schemes, namely:
Service Part 1 – General Contract Management
Service Part 2 – Reactive Maintenance
Service Part 3 – Planned Maintenance and Improvements
Service Part 4 – Schemes
And Associated Professional Services.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The Council reserves the right to award lots as follows:
- Lot 1a and Lot 1b
- Just Lot 2
- Just Lot 1a
- Just Lot 1b
This means the following Lots may not be awarded:
- Just Lot 2
- Just Lot 1a
- Just Lot 1b
- Lot 1a and Lot 1b
It will be a Council decision, based on identified best fit for the Councils needs considering the offers received from Bidders. This decision shall be made at the Councils sole discretion.
two.2) Description
two.2.1) Title
Highways Term Maintenance
Lot No
1a
two.2.2) Additional CPV code(s)
- 34929000 - Highway materials
- 45000000 - Construction work
- 45221000 - Construction work for bridges and tunnels, shafts and subways
- 45223000 - Structures construction work
- 45233000 - Construction, foundation and surface works for highways, roads
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
two.2.3) Place of performance
NUTS codes
- UKD71 - East Merseyside
two.2.4) Description of the procurement
The undertaking of a suite of services to deliver planned and reactive highways asset management projects, as well as highway capital investment schemes, namely:
Service Part 1 – General Contract Management
Service Part 2 – Reactive Maintenance
Service Part 3 – Planned Maintenance and Improvements
Service Part 4 – Schemes
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: £90,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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
There are options to extend for further periods of time up to a maximum of 10 years in aggregate
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 £90m value is estimated over the full 10 year term, taking an estimated value of £9m per annum. It is possible that over the 10 year term spend may be in the range of £80m and £120m. This will depend on inflation and grant awards (Regional, National, or European) for additional services that are the same or substantially similar in nature and scope as those contained in the procurement documents.
two.2) Description
two.2.1) Title
Professional Services
Lot No
1b
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71314000 - Energy and related services
- 71315000 - Building services
- 71316000 - Telecommunication consultancy services
- 71317000 - Hazard protection and control consultancy services
- 71320000 - Engineering design services
- 71350000 - Engineering-related scientific and technical services
- 71500000 - Construction-related services
- 71600000 - Technical testing, analysis and consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
two.2.3) Place of performance
NUTS codes
- UKD71 - East Merseyside
two.2.4) Description of the procurement
The undertaking a suite of services to deliver highways asset management projects and highway capital investment schemes and associated Professional Services.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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
There are options to extend for further periods of time up to a maximum of 10 years in aggregate
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 £10m value is estimated over the full 10 year term, taking an estimated value of £1m per annum. It is possible that over the 10 year term spend may be in the range of £8m and £15m. This will depend on inflation and grant awards (Regional, National, or European) for additional services that are the same or substantially similar in nature and scope as those contained in the procurement documents.
two.2) Description
two.2.1) Title
Highways Term Maintenance and Professional Services
Lot No
2
two.2.2) Additional CPV code(s)
- 34929000 - Highway materials
- 45221000 - Construction work for bridges and tunnels, shafts and subways
- 45223000 - Structures construction work
- 45233000 - Construction, foundation and surface works for highways, roads
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- 71310000 - Consultative engineering and construction services
- 71311000 - Civil engineering consultancy services
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
two.2.3) Place of performance
NUTS codes
- UKD71 - East Merseyside
two.2.4) Description of the procurement
This Lot consists of the combination of requirements under Lots 1a and 1b.
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: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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
There are options to extend for further periods of time up to a maximum of 10 years in aggregate
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 £100m value is estimated over the full 10 year term, taking an estimated value of £10m per annum. It is possible that over the 10 year term spend may be in the range of £80m and £140m. This will depend on inflation and grant awards (Regional, National, or European) for additional services that are the same or substantially similar in nature and scope as those contained in the procurement documents.
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
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Applicants will be assessed in accordance with Regulations 58 and 60 of the Public Contracts Regulations 2015, as set out in the procurement documents.
Lot 1a and Lot 2 each have a minimum average annual turnover requirement of: £10m
Lot 1b has a minimum average annual turnover requirement of: £1m
The Authority expressly reserves the right to require a candidate to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in the Selection Questionnaire.
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
Contract performance conditions are set out in the procurement documents and include conditions that relate in particular to social and environmental considerations.
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
16 November 2023
Local time
11:00am
Changed to:
Date
4 December 2023
Local time
11:00am
See the change notice.
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: 4 (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
The £100m value is estimated over the full 10 year term, taking an estimated value of £10m per annum. It is possible that over the 10 year term (through either Lots 1a and 1b or Lot 2) spend may be in the range of £80m and £140m. This will depend on inflation and grant awards (Regional, National, or European) for additional services that are the same or substantially similar in nature and scope as those contained in the procurement documents.
six.4) Procedures for review
six.4.1) Review body
The High Court
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 operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach
of the rules are to take action in the High Court (England, Wales and Northern Ireland).