Luton Highways Maintenance and Professional Services Contract
The Council is looking to award a contract for ‘Highways Maintenance and Professional Services’ for the period 2017 to 2027. The core term will be 10 years with potential reducing term based on performance.
United Kingdom-Luton: Repair, maintenance and associated services related to roads and other equipment
2016/S 107-190897
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Luton Borough Council
Town Hall, George Street
For the attention of: Addey Christopher
LU1 2BQ Luton
United Kingdom
Telephone: +44 1582546867
E-mail: Christopher.Addey@luton.gov.uk
Internet address(es):
General address of the contracting authority: www.luton.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Local Authorities (i.e. a local authority as defined in Regulation 3(2) to (5) of the Public Contracts Regulations 2006 (as amended) and their statutory successors and organisations created as a result of re-organisation or organisational changes
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
Main site or location of works, place of delivery or of performance: Luton.
NUTS code UKH21
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The contract is intended to be procured via the Restricted process.
As part of its preferred Highway Service, the Council wishes to appoint a long term strategic partner for service delivery between 2017 and 2027. It is envisaged that this integrated partnership will have the flexibility to evolve over time to reflect Luton’s emerging and changing needs with the potential to include additional services and capital works during the period of the contract. This will enable financial savings to be achieved through the integration of teams, breaking down traditional client provider boundaries, which have prevented change in the past. To enable the maximum benefits of a successful long term strategic partnership, an initial contract term of 10 years will be considered.
The need for a collaborative approach with the Council is considered essential. The Service Provider will be expected to take a lead in the identification and implementation of service improvements to deliver the Council’s desired service specific outcomes and to deliver annualised efficiency savings. Measurement of the contract is an essential element of demonstrable performance and providing members and officers with the confidence that the service is delivering value for money.
II.1.6)Common procurement vocabulary (CPV)
50230000, 45233141, 71311210, 90640000, 34144440, 45221000, 45111240, 44113900, 71322500, 34923000, 71320000, 45233139, 34992000, 45233210,63712700, 72224000, 34143000, 45221110, 45233229, 34928500, 34922000, 45233300, 45232450, 45233100, 45233000, 45223200, 34929000, 34928110,34927100, 34928510, 45310000, 34921000, 45233310, 71410000, 34992200, 45233131, 45233251, 45233130, 50232100, 63712200, 71311220, 77314000,71631480, 71541000, 44113810, 34928000, 45200000, 71631400, 34922100, 71300000, 34920000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The core services to be delivered by the Service Provider will be:
— Construction of highway maintenance and improvements schemes;
— Routine reactive and planned maintenance activities;
— Structures improvement, provision and maintenance;
— Street lighting, traffic signs and carriageway markings;
— Traffic signals civils;
— Gully cleansing, general drainage, culverts and waterways;
— Materials testing and laboratory services;
— Winter maintenance;
— Supervision and management of work by others;
— General asset management and ICT systems, asset inventory data collection and highways works ordering system;
— Managing claims by and against third parties, customer services, consultation and communication, vehicle crossing programme;
— Maintenance and management of Luton Guided Busway (full length);
— Luton Traded Services (Highways and Engineering).
The following principle services will form part of the core design and professional services call-off arrangement for the contract:
— Design of highway structural maintenance;
— Highways and civil engineering design (including development work);
— Structural, M&E and Ground Engineering Design;
— Environmental Engineering, Inc. Ecology;
— Project, Programme and Construction Management;
— Cost and Commercial Management;
— Site Supervisory;
— Surveys and data collection;
— Flooding and surface water management design;
— Transportation, Planning and Traffic Engineering;
— Public Exhibitions, Consultations and Engagement events;
— Business Case and Funding Application production, economic appraisal, cost benefit analysis, socio-economic appraisal;
— Highway inspections, claims and enforcement;
— Statutory and regulatory procedures;
— Bridges management and inspection;
— Asset Management and data maintenance;
— Laboratory interpretation, Laboratory testing, specifications and interpretation, coring and sampling;
— General consulting, management, engineering and other technical specialist resources as defined.
Additional services may be included within the contract, either instructed via task orders or negotiated into the contract provisions:
— Improvement and maintenance work to existing highways depots and design and works associated with future relocation, rationalisation or new provision;
— Highways safety inspections (including walk and fix) and condition surveys;
— Traffic Manager Duties;
— Highways Development Control;
— Rights of Way and adoption;
— Road safety education and training, Inc. School crossing;
— Public and Councillor Customer Services function;
— Traffic Control, Signals and ITS systems;
— Flooding, water and drainage management;
— Budget management;
— Work of a similar nature to the included services in relation to non-highway areas such as car parks, premises, parks, etc.
The Council will actively support work-flow for this contract and may instruct additional major capital infrastructure projects through the commission.
The Council may look to provide services to partner organisations and will look to retain the flexibility to deliver those services via this contract. Under this procurement, the Contractor is required to actively participate in the economic and social regeneration of the locality and surrounding area of the place of delivery of the procurement. Accordingly contract performance conditions may relate to economic, social and environmental considerations.
Further and more detailed information will be contained in the ITT, which will be issued to qualified applicants. TUPE is likely to apply to the employees of the existing highway services suppliers.
It is not anticipated that the duration will exceed 15 years (initial 10 plus a possible extension period of 5 years). The lower end of the range specified is the minimum that the specified LBC services are valued at for 10 years. The upper end of the range reflects any anticipated growth of the contract through the development of Partnership i.e. other Public Bodies as listed in Section IV) Enterprise Zones, Growth Partnerships, Local Enterprise Partnerships and to support the Luton Investment Framework.
The successful supplier will be required to demonstrate how they would maximise and secure external funding opportunities available to the Council such as grants, Central Government and European funding initiatives.
Estimated value excluding VAT:
Range: between 85 000 000 and 160 000 000 GBP
II.2.2)Information about options
Description of these options: The initial term of the contract will be 10 years, subject to continual performance, with the option to extend for a further period of 5 years (10 years plus 5 years).
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Under this project, any partner and its supply chain will be required to actively participate in the achievement of social, sustainable and/or environmental policy objectives relating to recruitment and training and supply chain initiatives and other similar initiatives. Accordingly contract performance conditions may relate in particular to social and environmental considerations.
Economic operators must be registered with the relevant highways sector scheme accreditation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions: How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://procurement.luton.gov.uk and click the link to register — Accept the terms and conditions and click ‘continue’ — Enter your correct business and user details — Note the username you chose and click ‘Save’ when complete — You will shortly receive an email with your unique password (please keep this secure); 2. Express an Interest in the tender — Login to the portal with the username/password — Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ ITT to access the content — Click the ‘Express Interest’ button at the top of the page — This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box; 3. Responding to the tender — Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ ITT — There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
These requirements will be set out in the Pre-Qualification Questionnaire.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As defined in the Pre-Qualification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 224-407301 of 19.11.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
2. TUPE is likely to apply to the employees of the existing highway services suppliers.
The contract may also extend to other local government and public related organisations and associated partners within the UK borders. Luton Borough Council currently undertakes services for other local government and public organisations and would wish to expand working relationships through their selected partner with other local authorities, public bodies and their associated partners across the UK (and their statutory successors and organisations created as a result of re-organisation or organizational changes). These will include but not be limited to the following (a link showing where a list of these organisations can be found has been included where available): Any contracting authorities listed in Regulation 3(1) of the Public Contracts Regulations 20016 ((as amended) and their statutory successors and organisations created as a result of re-organisation or organizational changes). Local Authorities (i.e. a local authority as defined in Regulation 3(2) to (5) of the Public Contracts Regulations 2006 (as amended) and their statutory successors and organisations created as a result of re-organisation or organisational changes: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG).
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Coventry City Council Civil Engineering Support Framework
Black Country Highways and Civil Engineering Framework
Framework for Maintenance to Bridges and Structures