Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Highways Term Service and Associated Professional Services

  • First published: 08 October 2023
  • Last modified: 08 October 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0408c9
Published by:
Knowsley Council
Authority ID:
AA20165
Publication date:
08 October 2023
Deadline date:
16 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The 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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

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) Communication

The 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


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 and Associated Professional Services

Reference number: DN688556

II.1.2) Main CPV code

45233000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The 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 value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This 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) Description

Lot No: 1a

II.2.1) Title

Highways Term Maintenance

II.2.2) Additional CPV code(s)

34929000

45000000

45221000

45223000

45233000

45500000

71311210

71311220

II.2.3) Place of performance

NUTS code:

UKD71

II.2.4) Description of the procurement

The 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 criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 90 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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 funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The £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) Title

Professional 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 performance

NUTS code:

UKD71

II.2.4) Description of the procurement

The undertaking a suite of services to deliver highways asset management projects and highway capital investment schemes and associated Professional Services.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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 funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The £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) Title

Highways 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 performance

NUTS code:

UKD71

II.2.4) Description of the procurement

This Lot consists of the combination of requirements under Lots 1a and 1b.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration 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 variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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 funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The £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 registers

List 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 standing

Minimum 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 ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

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 procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The 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 participate

Date: 16/11/2023

Local time: 11:00

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: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The £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 body

The High Court

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise 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 notice

06/10/2023

Coding

Commodity categories

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

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
michael.sellors@star-procurement.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.