Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Milton Keynes City Council
Civic Office, 1 Saxon Gate East
Milton Keynes
MK9 3EJ
UK
Telephone: +44 1908691691
E-mail: corporateprocurement@milton-keynes.gov.uk
NUTS: UKJ12
Internet address(es)
Main address: https://in-tendhost.co.uk/milton-keynes/aspx/Home
Address of the buyer profile: https://www.milton-keynes.gov.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 Contract
Reference number: 2021-049
II.1.2) Main CPV code
45233000
II.1.3) Type of contract
Works
II.1.4) Short description
Milton Keynes City Council (the ‘Authority’) invites expressions of interest from suitably qualified and experienced organisations in relation to its contract for the delivery of a programme of term maintenance and capital works projects across its network of highways and infrastructure in Milton Keynes (the ‘Contract’). The works and services to be provided under the Contract are comprehensive and cover all the routine, reactive and planned works that need to be delivered by the Authority to achieve the outcomes set out in the Contract. The Authority is seeking a contractor to deliver the works and services in a manner that will maximise the use of the latest technology, processes and management techniques to deliver high quality services that are customer focused, right first time and provide excellent value for money for the Authority whilst supporting and enhancing the Authority’s values and aims.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
350 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
45233000
45233260
45233200
45000000
45233210
71510000
45432112
71311210
45233130
44113000
71322000
45233141
45233253
45233142
45233161
45233140
14410000
45233252
45233290
50232110
45233293
45233280
45233310
45233291
71311220
34927100
45233220
45233300
50232100
45233139
II.2.3) Place of performance
NUTS code:
UKJ12
Main site or place of performance:
II.2.4) Description of the procurement
The procurement is for the Authority’s contract for highways and infrastructure services (‘Highway Services’).The Authority is seeking a single contract to provide integrated services and capital works as described in Section II.1.4 (Short Description).The Authority will implement the procurement procedure in successive stages - further information is set out in the procurement documents. To express interest, economic operators must complete and return responses to the selection questionnaire (SQ) (which uses the PAS91 form) in accordance with the instructions set out in the procurement documentation. The Authority’s needs and requirements for the Contract are included in the procurement documents published with this notice.This procurement is undertaken pursuant to the competitive procedure with negotiation using an electronic tendering system. Economic operators will need to register on the portal to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at https://in-tendhost.co.uk/milton-keynes/This procurement shall take place in successive stages as referenced in Regulation 29(19) of the PCR. Following submission of the completed SQs, the Authority will apply the selection criteria, as set out in the procurement documentation. Based upon the selection criteria set out in the SQ, the Authority intends to shortlist and invite the top five (5) scoring economic operators to progress from the SQ stage to the invitation to participate in negotiation and submission of initial tender stage provided there are sufficient economic operators that submit and pass the SQ stage.Each of the economic operators shortlisted at the SQ stage will be invited to submit initial tenders. Following the evaluation of the initial tenders, in accordance with the evaluation methodology set out in the procurement documentation, the Authority will, either make an award based on the initial tenders or, as is the Authority’s current intention, invite the economic operators to participate in negotiation. Following conclusion of the negotiation the Authority shall invite the economic operators to submit final tenders. The final tenders shall be evaluated in accordance with the evaluation methodology set out in the procurement documentation and the Authority shall make an award accordingly. The Authority reserves the right to add stages or revise this process and/or to discontinue all or part of this procurement process at any stage at any time and not to award a contract for some or all of the Highway Services for which responses are invited for any reason.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.11) Information about options
Options:
No
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-013606
Section V: Award of contract
Contract No: 2021-049
Title: Highways Term Service Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/06/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Ringway Infrastructure Services Limited
2756434
Albion House, Springfield Road
Horsham
RH12 2RW
UK
E-mail: clive.rillstone@ringway.co.uk
NUTS: UK
Internet address(es)
URL: https://www.ringway.co.uk
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 69 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Value excluding VAT: 20 010 000.00 GBP
Proportion: 29 %
Short description of the part of the contract to be subcontracted:
The roles are Electrical Installations, Civils, Road Markings, Ashphalt, Concrete and Aggregate, Surface Dressing and Specialist Treatments, Surfacing will be subcontracted. 7 Subcontractors will be used
Section VI: Complementary information
VI.3) Additional information
The total contract award value provided in Section V.2.4 is the tendered sum for the full possible contract period of 12 years (i.e. the initial service period plus the full potential extension period of 4 years) at point of contract signature. This figure comprises the tendered sum for the Core Work Tasks only. The value provided in Section V2.4 is not intended to act as a cap on the Contract costs/value. The figure will be affected by the instruction of capital works as Work Tasks during the term of the Contract. Furthermore, the sum is expected to be affected by compensation events, adjustments for inflation in accordance with Option X1 of the Contract, and expected growth/key service change in the Authority Area.
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
26/07/2024