Gloucestershire County Council Highways Term Maintenance Contract
Gloucestershire County Council is tendering for a supplier(s) to deliver the following scope of the Services for its Highways Term Maintenance Contract.
United Kingdom-Gloucester: Construction work
2017/S 232-483906
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Shire Hall
Gloucester
GL1 2TG
United Kingdom
Contact person: Mr Mike McGowan
Telephone: +44 1452328900
E-mail: mike.mcgowan@gloucestershire.gov.uk
NUTS code: UKK13
Address of the buyer profile: www.gloucestershire.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Gloucestershire — Highways Term Maintenance Contract.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Gloucestershire County Council is tendering for a supplier(s) to deliver the following scope of the Services for its Highways Term Maintenance Contract.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Gloucestershire County Council is tendering for a supplier(s) to deliver the following scope of the Services for its Highways Term Maintenance Contract.
The scope of the service includes the management and delivery of:
— Emergency response (24hrs 7 days a week).
— Winter maintenance activities including gritting and replenishment of grit bins.
— Environmental maintenance including grass cutting, tree maintenance, weed treatment and other verge maintenance.
— Cyclical maintenance activities including gulley cleansing, grip cutting, replenishment of road marking and other routine maintenance to prevent deterioration of highway assets.
— Routine carriageway and footway maintenance works including repair of potholes and minor patching.
— Highway safety inspections and management of third party claims.
— Routine drainage maintenance works including minor works repairs, CCTV surveys, jetting and root cutting.
— Routine bridge maintenance including vegetation clearance, painting and masonry works.
— Delivery of carriageway and footway minor works.
— Design and delivery of carriageway pre-patching and surface treatment works.
— Safety and infrastructure improvement works including traffic calming, road alignment, signs, road markings.
The Council’s vision for the successful delivery of the service are to deliver on the following three core values of the Client as set out in the Council’s corporate Vision and Values:
— Living within our means;
— Doing the right things;
— Helping communities to help themselves.
The Council will expect the successful to supplier to support the Council in delivering this vision through the delivery of the contract.
We are looking for a good basic Highways Term Maintenance service with a focus on self-delivery (or subcontract arrangements which provide similar benefits to the client). A Partnering arrangement with staff co-located and co-mingled and joint ownership of day to day operations at management and team leader level. IT systems and on-site serviced office accommodation at Shire Hall and regional Depots will be provided by the client. Further details are provided in the procurement documents.
We are following a 2 stage process using the Competitive Procedure with Negotiation. Contract form will be the NEC4 Term Service Contract as amended in accordance with the procurement documents.
The contract is valued between £245m and £430m. This contract value range is based on
predicted budgets over both the initial term and optional terms 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 total potential contracted periods.
—
In addition to this Term Maintenance contract, we will also be advertising separate contracts for a Structural Maintenance partner and for a Professional Services partner. All 3 contracts will be managed by Gloucestershire County Council under the Gloucestershire Highways branding. The same supplier will be able to deliver all 3 contracts, if successful. In the event that separate suppliers are appointed to each contract each supplier will be expected to work with the other suppliers and the Council in an open and collaborative manner in order to achieve the Council’s objectives.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
A 7 year term with the option of 2 x 2 year extensions, to a total of 11 years. The award of options is subject to satisfactory Contractor performance and the Authority’s usual governance process. Full details are set out in the conditions of contract.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
As per the procurement documents. The Contractor may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply-chain initiatives. Accordingly contract performance conditions may relate in particular to social and environmental considerations.
III.2.2)Contract performance conditions:
As per the procurement documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
All Selection documentation is provided in a Final version ready for suppliers to complete and return.
All Award documents provided at this stage, including but not limited to, ISIT, Specification, Service Information, Contract Clauses, Pricing documents, Data Room etc. are in draft form and may change during the Selection stage. The Council reserves the right to vary, amend and update any aspects of the procurement documents. All Award stage documents will be provided in Final form at the start of the Initial Tender stage to the organisations invited to submit Initial Tenders.
Details of the Scope of Service, Minimum Requirements and the Award Criteria to be followed at Initial Tender stage have been provided to enable suppliers to identify the nature and scope of the procurement and decide whether to request to participate in the procedure.
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.
VI.4.1)Review body
Gloucester
United Kingdom
VI.4.3)Review procedure
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.
VI.5)Date of dispatch of this notice:
Read More
Highways Sub-Contractors East Midlands
Senior Procurement Project Manager Contract
National Strategic Salt Storage Contracts
Highway Design and Transport Planning Services Framework Contract
AGMA Civil and Structural Engineering Professional Services Framework