Highways Term Service and Associated Professional Services (Ангилья - Тендер #46898971) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 46898971 Дата публикации: 08-10-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Knowsley Council
Huyton Municipal Building - 1st Floor, Archway Road
Knowsley
L36 9YZ
UK
Contact person: Mr Michael Sellors
Telephone: +44 7580292661
E-mail: michael.sellors@star-procurement.gov.uk
NUTS: UKD71
Internet address(es)
Main address: http://www.knowsley.gov.uk
Address of the buyer profile: http://www.knowsley.gov.uk
I.3) CommunicationThe 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 abovementioned address
Tenders or requests to participate must be sent electronically to:
www.the-chest.org.uk
Regional or local authority
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleHighways Term Service and Associated Professional Services
Reference number: DN688556
II.1.2) Main CPV code45233000
II.1.3) Type of contractWorks
II.1.4) Short descriptionThe 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 valueValue excluding VAT: 100 000 000.00 GBP
II.1.6) Information about lotsThis 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) DescriptionLot No: 1a
II.2.1) TitleHighways Term Maintenance
II.2.2) Additional CPV code(s)34929000
45000000
45221000
45223000
45233000
45500000
71311210
71311220
II.2.3) Place of performanceNUTS code:
UKD71
II.2.4) Description of the procurementThe 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 90 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe £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.
Lot No: 1b
II.2.1) TitleProfessional Services
II.2.2) Additional CPV code(s)71311000
71312000
71313000
71314000
71315000
71316000
71317000
71320000
71350000
71500000
71600000
71800000
II.2.3) Place of performanceNUTS code:
UKD71
II.2.4) Description of the procurementThe undertaking a suite of services to deliver highways asset management projects and highway capital investment schemes and associated Professional Services.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 10 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe £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.
Lot No: 2
II.2.1) TitleHighways Term Maintenance and Professional Services
II.2.2) Additional CPV code(s)34929000
45221000
45223000
45233000
45500000
71310000
71311000
71311210
71311220
II.2.3) Place of performanceNUTS code:
UKD71
II.2.4) Description of the procurementThis Lot consists of the combination of requirements under Lots 1a and 1b.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 100 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: 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 fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe £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 registersList 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 standingMinimum level(s) of standards 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 abilitySelection criteria as stated in the procurement documents
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 procedureCompetitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about 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 participateDate: 16/11/2023
Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.3) Additional informationThe £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 bodyThe High Court
The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedurePrecise 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).
VI.5) Date of dispatch of this notice06/10/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | michael.sellors@star-procurement.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 71315000 | Building services | Consultative engineering and construction services |
| 71311000 | Civil engineering consultancy services | Consultative engineering and construction services |
| 45000000 | Construction work | Construction and Real Estate |
| 45221000 | Construction work for bridges and tunnels, shafts and subways | Engineering works and construction works |
| 45233000 | Construction, foundation and surface works for highways, roads | Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork |
| 71500000 | Construction-related services | Architectural, construction, engineering and inspection services |
| 71310000 | Consultative engineering and construction services | Engineering services |
| 71800000 | Consulting services for water-supply and waste consultancy | Architectural, construction, engineering and inspection services |
| 71314000 | Energy and related services | Consultative engineering and construction services |
| 71320000 | Engineering design services | Engineering services |
| 71350000 | Engineering-related scientific and technical services | Engineering services |
| 71313000 | Environmental engineering consultancy services | Consultative engineering and construction services |
| 71317000 | Hazard protection and control consultancy services | Consultative engineering and construction services |
| 34929000 | Highway materials | Road equipment |
| 71311210 | Highways consultancy services | Civil engineering consultancy services |
| 71311220 | Highways engineering services | Civil engineering consultancy services |
| 45500000 | Hire of construction and civil engineering machinery and equipment with operator | Construction work |
| 71312000 | Structural engineering consultancy services | Consultative engineering and construction services |
| 45223000 | Structures construction work | Engineering works and construction works |
| 71600000 | Technical testing, analysis and consultancy services | Architectural, construction, engineering and inspection services |
| 71316000 | Telecommunication consultancy services | Consultative engineering and construction services |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |