Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

North West

Category Works

Type

No. of Lots 3

Status Active

Published 6th Oct 2023

Tender Details
Referenceocds-h6vhtk-0408c9
Common Procurement VocabularyConstruction, foundation and surface works for highways, roads
Procurement MethodCompetitive procedure with negotiation
Value£100,000,000
More Tenders »

North West

Category Works

Type

No. of Lots 3

Status Active

Published 6th Oct 2023

Tender Details
Referenceocds-h6vhtk-0408c9
Common Procurement VocabularyConstruction, foundation and surface works for highways, roads
Procurement MethodCompetitive procedure with negotiation
Value£100,000,000

Section I: Contracting authority

I.1) Name and addresses

Knowsley Council

Huyton Municipal Building - 1st Floor, Archway Road

Knowsley

L36 9YZ

Contact

Mr Michael Sellors

Email

michael.sellors [at] star-procurement.gov.uk

Telephone

+44 7580292661

Country

United Kingdom

NUTS code

UKD71 - East Merseyside

Internet address(es)

Main address

http://www.knowsley.gov.uk

Buyer's address

http://www.knowsley.gov.uk

I.3) Communication

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

www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.the-chest.org.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Highways Term Service and Associated Professional Services

Reference number

DN688556

II.1.2) Main CPV code

  • 45233000 - Construction, foundation and surface works for highways, roads

II.1.3) Type of contract

Works

II.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.

II.1.5) Estimated total value

Value excluding VAT: £100,000,000

II.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.

II.2) Description

II.2.1) Title

Highways Term Maintenance

Lot No

1a

II.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

II.2.3) Place of performance

NUTS codes
  • UKD71 - East Merseyside

II.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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £90,000,000

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

Duration in months

84

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.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

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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.

II.2) Description

II.2.1) Title

Professional Services

Lot No

1b

II.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

II.2.3) Place of performance

NUTS codes
  • UKD71 - East Merseyside

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Duration in months

84

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.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

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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.

II.2) Description

II.2.1) Title

Highways Term Maintenance and Professional Services

Lot No

2

II.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

II.2.3) Place of performance

NUTS codes
  • UKD71 - East Merseyside

II.2.4) Description of the procurement

This Lot consists of the combination of requirements under Lots 1a and 1b.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £100,000,000

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

Duration in months

84

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.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

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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 III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.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.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.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

IV.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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

16 November 2023

Local time

11:00am

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

English

IV.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 VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

VI.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).