Tender

Highways and Infrastructure Works Term Services Contract

  • Norfolk County Council

F02: Contract notice

Notice identifier: 2024/S 000-036495

Procurement identifier (OCID): ocds-h6vhtk-044817

Published 11 November 2024, 5:39pm



Section one: Contracting authority

one.1) Name and addresses

Norfolk County Council

DO NOT SEND ANY CORRESPONDENCE VIA POST - County Hall, Martineau Lane

Norwich

NR1 2DH

Contact

Che Metcalf

Email

sourcingteam@norfolk.gov.uk

Country

United Kingdom

NUTS code

UKH15 - Norwich and East Norfolk

Internet address(es)

Main address

www.norfolk.gov.uk

Buyer's address

https://in-tendhost.co.uk/norfolkcc/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/norfolkcc/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/norfolkcc/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

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 and Infrastructure Works Term Services Contract

Reference number

NCCT42828

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 contract is principally for the provision of highways term maintenance and works but in addition other infrastructure works and maintenance such as that relating to passenger transport and waste. In addition the council may order related professional services; Contractor assistance in response to civil contingencies and other emergencies; and a) construction of buildings associated with or inseparable from highways, passenger transport and active travel improvement schemes - such as buildings at bus interchanges; (b) construction of household waste recycling centres, waste transfer facilities and the like; (c) drainage, coastal and flood defence work; and (d) enabling works for developments undertaken by or on behalf of the Client.

two.1.5) Estimated total value

Value excluding VAT: £700,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34920000 - Road equipment
  • 34970000 - Traffic-monitoring equipment
  • 45100000 - Site preparation work
  • 72000000 - IT services: consulting, software development, Internet and support
  • 45233139 - Highway maintenance work
  • 34990000 - Control, safety, signalling and light equipment
  • 71320000 - Engineering design services
  • 48000000 - Software package and information systems
  • 45233100 - Construction work for highways, roads
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 90650000 - Asbestos removal services
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 45000000 - Construction work
  • 45220000 - Engineering works and construction works
  • 90640000 - Gully cleaning and emptying services
  • 77314000 - Grounds maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 90700000 - Environmental services
  • 45500000 - Hire of construction and civil engineering machinery and equipment with operator
  • 77312000 - Weed-clearance services

two.2.3) Place of performance

NUTS codes
  • UKH17 - Breckland and South Norfolk
  • UKH16 - North and West Norfolk
  • UKH15 - Norwich and East Norfolk
Main site or place of performance

Norfolk

two.2.4) Description of the procurement

The service is principally the provision of highways term maintenance and works but in addition other infrastructure works and maintenance such as that relating to passenger transport and waste, including:1) early contractor involvement; temporary works design; design of low-value permanent works; topographical and condition surveys; testing2) small and intermediate-scale schemes such as new roundabouts, junction improvements, bus lanes, bus interchanges, footways, cycleways and drainage improvement3) structural maintenance schemes including footway, drainage, structures and surfacing4) small and intermediate-scale externally funded works including section 278, developer-funded and, at the Service Manager’s discretion, work on behalf of other local authorities in Norfolk5) bridge and structure schemes6) bridge and structure maintenance7) surface dressing, rejuvenation and other surface treatments8) surfacing9) layered patching10) slurry sealing11) crack sealing12) road marking13) vehicle restraint system installation and repair14) cyclical maintenance including a)drainage cleansing, b) grass cutting and c) weed control15) support to the Client in responding to civil contingencies or other issues significantly affecting the performance of the Client's duties, the delivery of its services or the daily life of its residents; and16) at the Service Manager’s sole discretion a) construction of buildings associated with or inseparable from highways, passenger transport and active travel improvement schemes - such as buildings at bus interchanges, b) construction of household waste recycling centres, waste transfer facilities and the like, c) drainage, coastal and flood defence work d) infrastructure and enabling works for developments undertaken by or on behalf of the Client.

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: £700,000,000

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

Duration in months

168

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: 3

Objective criteria for choosing the limited number of candidates:

As detailed in the PQQ documentation.

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

List and brief description of selection criteria

As described in the procurement documents

Minimum level(s) of standards possibly required

As described in the procurement documents

three.2) Conditions related to the contract

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 dialogue

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.1.8) 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: 2024/S 000-008016

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 December 2024

Local time

11:00am

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

31 January 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The duration of contract (Service Period) given in section 11.2.7 is the full contract length, excluding contract mobilisation activities to be undertaken in parallel with the existing contract period. The Client may reduce the Service Period by notice to the Contractor so that the Service Period ends 7 years from the starting date. The Client's notice is given no less than 18 months before the end of that 7 year period. The Client may reduce the Service Period by notice to the Contractor so that the Service Period ends 7 years from the starting date. The Client’s notice is given no less than 18 months before the end of that 7 year period. In deciding whether to reduce the Service Period, the Client takes account of: (a) KPI performance and environmental performance; (b) the latest triennial review that is to be undertaken by October 2030 as described in Volume 2, Part A of the Scope; and (c) the Contractor's proposals for the second 7 year period, including the Contractor’s proposals for performance, plant, machinery, fleet, information technology and other relevant matters. If necessary schemes that commence during the Service Period may be completed after its end.The estimated value of individual schemes to be ordered under the Contract is not to exceed a Task Cap, which will be £20million in the first instance but will be subject to indexation.The contract value in this notice is an estimate as contractual volumes will fluctuate depending on available funding. The figure is based on the full term of 14 years and is exclusive of VAT. The contract value will be subject to indexation and the values given here are in 2024 prices before the application of indexation.This procurement will be managed electronically via the Council`s e-procurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the `tenders` section and `express an interest` to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk.

six.4) Procedures for review

six.4.1) Review body

The Public Contracts Regulations 2015 (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).

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Public Contracts Regulations 2015 (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). Proceedings must be brought within 30 days from the date of knowledge (the date on which the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) unless the Court considers that there is good reason for extending the period within which proceedings may be brought, in which case the Court may extend that period up to a maximum of 3 months from the date of knowledge.