Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Highways England
Bridge House, 1 Walnut Tree Close
Guildford
GU1 4LZ
UK
Contact person: Alex Buchanan
Telephone: +44 7784004631
E-mail: Area3M&RProcurement@highwaysengland.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/highways-england
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://highways.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://highways.bravosolution.co.uk/web/login.shtml
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
Area 3 Asset Delivery Maintenance and Response (M&R) Contract
II.1.2) Main CPV code
45233139
II.1.3) Type of contract
Works
II.1.4) Short description
Highways England is looking for a suitable contractor to provide and undertake all cyclical and routine maintenance, incident response, defect rectification and severe weather delivery on the all-purpose trunk roads and motorways within Hampshire, Surrey, Berkshire, Oxfordshire, Wiltshire and part of Buckinghamshire, not including the M25, (Highways England Area 3). Duties will also include maintenance of roadside technology, the provision of traffic management for the contractor's maintenance and incident response activities (including traffic management for others), where instructed by Highways England and the maintenance of depots. Under the Construction (Design and Management) Regulations 2015 the contractor will be principal contractor for all work they undertake and where/if instructed otherwise by Highways England.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34923000
34993100
45221248
45233130
45233140
45233141
45233210
45310000
45316200
50230000
50800000
63712300
63712320
71300000
II.2.3) Place of performance
NUTS code:
UKJ
UKJ1
UKJ25
UKJ35
UKJ36
UKJ37
Main site or place of performance:
Hampshire, Surrey, Berkshire, Oxfordshire, Dorset, Wilshire and part of Buckinghamshire (Highways England South East Region Area 3).
II.2.4) Description of the procurement
The successful tenderer will be required to provide all cyclical and reactive maintenance, incident response, defect rectification (when instructed by Highways England) and severe weather delivery on the all-purpose trunk roads and motorways within Hampshire, Surrey, Berkshire, Oxfordshire, Dorset, Wiltshire and part of Buckinghamshire, not including the M25, (Highways England South-East Region Area 3), in accordance to Highways England standards and objectives. Duties will include maintenance of roadside technology, the provision of traffic management for the contractor's maintenance and incident response activities (including traffic management for others) where instructed by Highways England, and the maintenance of depots. Under the Construction (Design and Management) Regulations 2015 the contractor will be principal contractor for all work they undertake and where/if instructed otherwise by Highways England.
Highways England may consider amending the duties listed above as appropriate during the contract period.
The service period for the maintenance and response contract is for a duration of 8 years, and the successful provider will be expected to operate collaboratively with other service providers and stakeholders in order to achieve Highways England’s objectives.
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: 96
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 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
II.2.14) Additional information
The contract value is estimated to be between GBP 150 000 000 and 190 000 000.
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 registers
List and brief description of conditions:
A parent company guarantee or equivalent form of security may be required at any time during the term of the contract. This may include where the financial standing of the applicant does not meet the required level as stated in the selection questionnaire. Further information will be set out in the selection questionnaire and accompanying guidance.
Applicant companies are asked to note that Highways England may decline to award the contract to the highest scoring bidder where it is already the contractor for a certain number of existing maintenance and response and asset support contracts. This is to maintain the resilience of the Highways England network. Contract award opportunities for applicant companies may therefore be prohibited on this basis. Full details of the network resilience test are provided within the Instruction for Tenderers (IfT) document.
Contract dates stated are indicative and may be subject to change.
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
III.2.2) Contract performance conditions
A parent company guarantee or equivalent form of security may be required at any time during the term of the contract. This may include where the financial standing of the applicant does not meet the required level as stated in the selection questionnaire. Further in formation will be set out in the selection questionnaire and accompanying guidance.
Applicant companies are asked to note that Highways England may decline to award the contract to the highest scoring bidder where it is already the contractor for a certain number of existing maintenance and response and asset support contracts. This is to maintain the resilience of the Highways England network. Contract award opportunities for applicant companies may therefore be prohibited on this basis. Full details of the network resilience test are provided within the Instructions for Tenderers (IfT) document.
Parent company guarantee or equivalent form of security may be required at any time during the term of 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 154-378163
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/12/2020
Local time: 12:00
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: 8 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
22/12/2020
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The contracting authority intends to use an eTendering system in this procurement exercise. Suppliers instructions on How to take part in this Tender:
1) Register for a free account at https://highways.bravosolution.co.uk
2) Click the ‘ITTs Open To All Suppliers’ link. (These are Invitations to Tender (ITT) open to any registered supplier). Click on the relevant ITT to access the content. Click the ‘Express Interest’ button at the top of the page. This will move the ITT into your ‘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 ‘ITT Details’ box.
3) Click ‘My Response’ under ‘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 Highways England and seek any clarification. Follow the onscreen instructions to complete the ITT. There may be a mixture of online and offline actions for you to perform. 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.
The successful tenderer will be required to sign the Highways England Fair Payment Charter as a condition of acceptance of their tender.
As a supplier/organisation looking to bid for public sector contracts you should be aware that tender documentation for contracts over GBP 10 000 will be published on a single website and made available to the public. You should also be aware that if your bid is successful the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security. Highways England are committed to ensuring public sector procurement is used, where possible, to promote skills training and open up apprenticeship opportunities on public sector projects and programmes.
The successful contractor will be appointed to fulfil the duties of principal contractor under the Construction (Design and Management) Regulations 2015. For further details please refer to the instructions for tenderers.
VI.4) Procedures for review
VI.4.1) Review body
Highways England Company Ltd
Bridge House, 1 Walnut Tree Close
Guildford
GU1 4LZ
UK
E-mail: Area3M&RProcurement@highwaysengland.co.uk
Internet address(es)
URL: https://www.gov.uk/government/organisations/highways-england
VI.5) Date of dispatch of this notice
16/10/2020