Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Highways England
Woodlands, Manton Lane
Bedford
MK41 7LW
UK
Telephone: +44 12345678
E-mail: lesley.cole@highwaysengland.co.uk
NUTS: UK
Internet address(es)
Main address: www.highwaysengland.co.uk
Address of the buyer profile: https://highways.bravosolution.co.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://highways.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://highways.bravosolution.co.uk/
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Noise Insulation Contract for Roads Investment Strategy 2
II.1.2) Main CPV code
71313100
II.1.3) Type of contract
Services
II.1.4) Short description
Highways England is looking to let a contract to manage all aspects of their noise insulation scheme, including reviewing and recommending properties for inclusion, all communications with customers, surveying of properties to specify the requirements, installing of appropriate measures, ensuring the quality and performance of the installation and providing validation evidence to the Client on completion of a property. Provision of high quality customer service is a key requirement and additional information will be required to customers in listed properties. The project only covers residential properties.
100.1 The objectives of the noise insulation project are to deliver guaranteed reduced noise levels in habitable rooms to levels below those which can cause adverse health effects. This will be achieved through installing upgrades to windows and installation of ventilation.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45441000
71313100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Highways England is looking to let a contract to manage all aspects of their Noise Insulation Scheme, including reviewing and recommending properties for inclusion, all communications with customers, surveying of properties to specify the requirements, installing of appropriate measures, ensuring the quality and performance of the installation and providing validation evidence to the Client on completion of a property. Provision of high quality customer service is a key requirement and additional information will be required to customers in listed properties. The project only covers residential properties.
100.1 The objectives of the noise insulation project are to deliver guaranteed reduced noise levels in habitable rooms to levels below those which can cause adverse health effects. This will be achieved through installing upgrades to windows and installation of ventilation.
Highways England wishes to mitigate noise at 1150 eligible properties within Noise Important Areas (NIAs) negatively impacted by the Strategic Road Network (SRN).
These properties will comprise 2 different options:
1000 for the main programme with an anticipated 150 properties as infill from other schemes i.e. where they are not mitigated by barrier or resurfacing schemes.
Where occupiers/owners decline to be included in the scheme or do not respond to scheme communications there will be a list of reserve properties in additional NIAs to achieve the required 1150 properties.
NIAs are identified by Defra under their obligation under the European Noise Directive, and represent the areas containing the population most exposed to noise within England.
The noise insulation project covers the entire Strategic Road Network in England, and is supported by Highways England Noise Stakeholder Group, which includes Defra, Public Health England, the Noise Abatement Society, Environmental Protection UK and the UK Noise Association.
The contract will run for 2 years with the option to extend for a further 2 years if the suppliers performance meets the minimum requirements set out in the contract. The extension can be granted in increments e.g. 1 year.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
12 month initial extension with further 12 months up to a maximum of 24 months — subject to satisfactory performance.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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 participate
Date:
20/11/2020
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
20/11/2020
Local time: 17:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The tender documents can be accessed via the Highways Bravo Solutions at 'https://highways.bravosolution.co.uk'
VI.4) Procedures for review
VI.4.1) Review body
See details at VI.4.3
See details at VI.4.3
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Highways England will incorporate a minimum 10 calendar day standstill period at the point information on award of the contract is communicated to candidates. Appeals must be lodged in accordance with the Public Contracts Regulations (SI 2015 No. 102) as amended
VI.5) Date of dispatch of this notice
15/10/2020