Buckinghamshire Highways Term Consultancy Services Contract

A Tender Notice
by BUCKINGHAMSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£36M
Sector
CONSTRUCTION
Published
10 Nov 2021
Delivery
To 01 Apr 2035 (est.)
Deadline
13 Dec 2021 12:00

Concepts

Location

Buckinghamshire CC:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

This Contract Notice relates to the Term Consultancy Contract only (item 2 below). Buckinghamshire Council (the Council) is the Highway Authority responsible for maintaining the highway network in Buckinghamshire. This includes the maintenance and consultancy. The Term Consultancy Contract is used for the provision of professional services for infrastructure-related projects and services with regards highways. The Consultant provides professional technical resources to deliver these services efficiently and effectively. The Consultant shall undertake the role of Principal Designer under the CDM Regulations 2015. The Council’s current integrated services contract is due to expire on 31 March 2023 and following a fundamental review and wide consultation, the Council has identified the following new service delivery model: 1 A Term Maintenance Contract to include routine and reactive maintenance, minor improvement works and winter services (procurement exercise commenced in August 2021 currently ongoing). 2 A Term Consultancy Contract to include design and other professional services. 3 Two separate framework arrangements each of a maximum 4-year duration. Framework One – Minor Works Lot 1: Conventional surfacing work Lot 2: Surface treatments including surface dressing Lot 3: Minor works Framework Two – Major works This Contract Notice relates to the Term Consultancy Contract (item 2) only (“the Contract”) and the Council anticipates that calls for competition for the frameworks will be published over the course of the next twelve months. It is expected that the Contract will be for an initial term of eight (8) years subject to extension (see II.2.11 below) and be based on the NEC4 Term Service Contract (as appropriately amended and augmented by the Council). The Council intends that the successful Tenderer will form part of an alliance arrangement between the Council and one or more of the other highways contractors appointed by the Council as set out above. Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) as amended may apply to this contract. Further details of the proposed works and services forming the scope of the Contract and its commercial terms are set out in the procurement documents, and full details will appear in the tender documentation accompanying the invitation to submit an initial tender.

Total Quantity or Scope

The Council’s current integrated services contract is due to expire on 31 March 2023 and following a fundamental review and consultation, the Council has identified the following new service delivery model: 1 A Term Maintenance Contract to include routine and reactive maintenance, minor improvement works and winter services (procurement exercise commenced in August 2021 currently ongoing). … Lot 1: Conventional surfacing work Lot 2: Surface treatments including surface dressing Lot 3: Minor works Framework Two – Major works … 2) only (“the Contract”) and the Council anticipates that calls for competition for the frameworks will be published over the course of the next twelve months. … (8) years subject to extension (see II.2.11 below) and be based on the NEC4 Term Service Contract (as appropriately amended and augmented by the Council). … Additional information: Applicants are referred to VI.3) Additional information in this Contract Notice below.

Renewal Options

The Council intends that the Contract will have an initial term of eight (8) years with a right to extend that initial term by up to two further periods of two years each (leading to a maximum total extension of four (4) years, subject to the requirements and procedure set out in the procurement documents. The period of time set out in II.2.7 is therefore inclusive of the initial term and the maximum possible contract extension.

Award Criteria

Quality 60
price 40

CPV Codes

  • 71310000 - Consultative engineering and construction services
  • 71324000 - Quantity surveying services
  • 71351500 - Ground investigation services
  • 71520000 - Construction supervision services
  • 71631450 - Bridge-inspection services

Indicators

  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are not available.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 1. To express interest in the Contract, Applicants must complete and submit the SQ through the Portal no later than the deadline in IV.2.2. Please note that Applicants must allow sufficient to upload their SQ Responses as the Council is under no obligation to consider SQ Responses submitted after that deadline. 2. In order to submit an SQ Response, Applicants must register on the Buckinghamshire Business Portal if they have not already done so. 3. For technical assistance relating to the Buckinghamshire Business Portal, please contact 0330 005 0352. 4. An Applicant may be a single organisation or a consortium. In addition Applicants may be entitled to rely on third parties in order to achieve the minimum standards set out in the SQ Guidance. Applicants are referred to the SQ Guidance for requirements that apply in these cases. 5. All financial values in this Contract Notice are estimated and may be subject to change. The estimated total value of the Contract in II.1.5 provides for and includes the value of the optional maximum extension period. Applicants are also referred to the procurement documents for further details about the likely values of work under the Contract and in particular, that given its nature as a term service contract there will be no guarantee of a particular volume or value of work under the Contract. 6. All dates set out in this Contract Notice are based on the Council’s current procurement programme which it reserves the right to change and update at any stage during the procurement. Such dates may therefore change. 7. A response to this Contract Notice does not guarantee that an Applicant will be invited to submit an initial tender. The Council is not bound to enter into any contract arising out of the procedures envisaged by this Contract Notice and may vary its requirements or procedure at any time. The Council reserves the right to abandon, delay or postpone this procurement at any time. Applicants are referred to the SQ Guidance for full instructions and conditions of participation in this procurement. 8. Applicants will be solely responsible and liable for all costs associated and arising out of or in connection with responding to this Contract Notice and the SQ and with submitting any tender, howsoever such costs are incurred. 9. In relation to II.2.6 estimated total value, this is the minimum value. The estimated total value is £36,000,000 based on £3,000,000 per annum over the full 12 year period

Reference

Domains