Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

HCC - 12/23 - The Provision of a Highways Services Term Maintenance Contract

  • Cyhoeddwyd gyntaf: 15 Rhagfyr 2023
  • Wedi'i addasu ddiwethaf: 15 Rhagfyr 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-034346
Cyhoeddwyd gan:
Hertfordshire County Council
ID Awudurdod:
AA71709
Dyddiad cyhoeddi:
15 Rhagfyr 2023
Dyddiad Cau:
26 Chwefror 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Authority wishes to put in place a new, flexible, and collaborative arrangement to facilitate successful delivery of the Contract by the Service Provider. The process commenced with a pre-market engagement exercise notified to the market by PIN ref 2022/S 000-015520. This was supplemented by a notice by VEAT ref 2023/S 000-004956 published on 17 February 2023 explaining the intention to extend the existing highways services term maintenance contract by a period of approximately 12 months. A further round of pre-market engagement took place between 1 and 10 February 2023, followed by a final round of pre-market engagement between 4 and 8 December 2023.This Contract Notice marks the commencement of the formal procurement for a Service Provider to deliver the Contract. The Authority intends to focus on the following: • A service delivered in line with Hertfordshire’s Sustainability Strategy, playing a key role in delivering the strategy’s ambitions both in its partner organisations and the behaviour it encourages. The Authority wishes to work with service providers to meet its ambitious environmental targets to address the climate emergency it declared in 2019; • Managing, improving and maintaining the network for all users, encouraging and enabling active and sustainable travel; • Sustaining a financially resilient service that delivers best value with the resources available; • Optimising service efficiency and maximising income from commercialisation and external funding. The Authority wishes for the Service Provider to raise initiatives for providing a commercially astute service; • Embracing best practice, innovations and new technologies, enabling the service to continuously evolve and improve. The Authority’s ambition is to create an exciting, new approach to the delivery of highways and related services; • Attracting, developing, empowering and retaining the best people capable of driving a dynamic and agile service; • Engaging effectively to understand and meet the needs of citizens and communities; • Developing and sustaining a collaborative partnership that delivers the objectives for all. The Authority is keen to understand how it can better facilitate collaborative working across the highways service and throughout the wider supply chain; • A sensible and fair procurement process - as a local authority, the Authority is committed to complying with the public procurement regime. The Service Provider will be expected to deliver various services including:• Core services (emergency service, defect triage and remedy service, client-directed maintenance, routine & cyclical services non-complex member-directed maintenance and improvement etc.)• Discretionary services (complex member-directed maintenance and improvement, client-directed improvement schemes, other resources and professional services)• Other related services (future innovation and technical opportunities, possible in-house services, design and construction of an additional depot), the Authority expects that it will identify and acquire the land for this new depot in the near to medium term and intends to develop the plans for it with the Service Provider, and, having done so, may elect to appoint the Service Provider to design and construct the new depot through the Contract.The form of contract is expected to be the NEC4 Term Service Contract (TSC) with bespoke amendments to be discussed with Bidders during the negotiation stages of the procurement process. The pricing approach is currently being developed and will also form part of discussions on the Contract during the negotiation phase of the procurement process.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Hertfordshire County Council

n/a

Pegs Lane

Hertford

SG13 8DE

UK

Person cyswllt: Strategic Procurement Group

Ffôn: +44 01707292463

E-bost: zoe.upson@hertfordshire.gov.uk

NUTS: UKH23

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.hertfordshire.gov.uk

Cyfeiriad proffil y prynwr: https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

HCC - 12/23 - The Provision of a Highways Services Term Maintenance Contract

Cyfeirnod: HCC2315465

II.1.2) Prif god CPV

71000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Hertfordshire County Council ("Authority") wishes to appoint a service provider to deliver a highways term maintenance contract ("Contract"). The Authority is looking for a relationship with a service provider to support the Authority’s objectives ("Service Provider"). The Authority wishes to work with the appointed Service Provider to innovate and maximise potential for success. At present, the services are delivered through the Authority’s existing contract, to expire in September 2025.Organisations wishing to take part should "express interest" to give access to the full procurement documents. To be considered as a Candidate you must complete and submit a response to the SQ by the deadline of 12:00 Noon on 26 February 2024,Please allow sufficient time to make your return as late returns will not be permitted by the system. The estimated total value of all of the Contracts is stated in II.1.5 of this notice and is for entire term inclusive of the approximate value for extensions

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 950 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

71000000

II.2.3) Man cyflawni

Cod NUTS:

UKH23


Prif safle neu fan cyflawni:

II.2.4) Disgrifiad o’r caffaeliad

The Authority wishes to put in place a new, flexible, and collaborative arrangement to facilitate successful delivery of the Contract by the Service Provider. The process commenced with a pre-market engagement exercise notified to the market by PIN ref 2022/S 000-015520. This was supplemented by a notice by VEAT ref 2023/S 000-004956 published on 17 February 2023 explaining the intention to extend the existing highways services term maintenance contract by a period of approximately 12 months. A further round of pre-market engagement took place between 1 and 10 February 2023, followed by a final round of pre-market engagement between 4 and 8 December 2023.This Contract Notice marks the commencement of the formal procurement for a Service Provider to deliver the Contract. The Authority intends to focus on the following: • A service delivered in line with Hertfordshire’s Sustainability Strategy, playing a key role in delivering the strategy’s ambitions both in its partner organisations and the behaviour it encourages. The Authority wishes to work with service providers to meet its ambitious environmental targets to address the climate emergency it declared in 2019; • Managing, improving and maintaining the network for all users, encouraging and enabling active and sustainable travel; • Sustaining a financially resilient service that delivers best value with the resources available; • Optimising service efficiency and maximising income from commercialisation and external funding. The Authority wishes for the Service Provider to raise initiatives for providing a commercially astute service; • Embracing best practice, innovations and new technologies, enabling the service to continuously evolve and improve. The Authority’s ambition is to create an exciting, new approach to the delivery of highways and related services; • Attracting, developing, empowering and retaining the best people capable of driving a dynamic and agile service; • Engaging effectively to understand and meet the needs of citizens and communities; • Developing and sustaining a collaborative partnership that delivers the objectives for all. The Authority is keen to understand how it can better facilitate collaborative working across the highways service and throughout the wider supply chain; • A sensible and fair procurement process - as a local authority, the Authority is committed to complying with the public procurement regime. The Service Provider will be expected to deliver various services including:• Core services (emergency service, defect triage and remedy service, client-directed maintenance, routine & cyclical services non-complex member-directed maintenance and improvement etc.)• Discretionary services (complex member-directed maintenance and improvement, client-directed improvement schemes, other resources and professional services)• Other related services (future innovation and technical opportunities, possible in-house services, design and construction of an additional depot), the Authority expects that it will identify and acquire the land for this new depot in the near to medium term and intends to develop the plans for it with the Service Provider, and, having done so, may elect to appoint the Service Provider to design and construct the new depot through the Contract.The form of contract is expected to be the NEC4 Term Service Contract (TSC) with bespoke amendments to be discussed with Bidders during the negotiation stages of the procurement process. The pricing approach is currently being developed and will also form part of discussions on the Contract during the negotiation phase of the procurement process.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 950 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 252

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

It is anticipated that the Contract term will be up to a maximum of 21 years comprised of an initial minimum term of 7 years followed by optional extension periods up to a maximum aggregate duration of 21 years. The duration and number of extension(s) beyond the initial minimum term of 7 years shall be determined at the Authority’s absolute discretion

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Nifer yr ymgeiswyr a ragwelir: 3

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

Please refer to the selection questionnaire

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The Contract shall include, but not be limited to, the following options:• to extend the initial minimum term of the Contract from 7 years up to a maximum aggregate of 21 years.Such options shall be included in the Contract and shall be developed as part of the negotiation process with those Bidders selected to participate in that phase.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Selection criteria as stated in the procurement documents

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

The Service Provider will be required to reach performance benchmarks in several areas, including collaboration, social value, sustainability, customer journey, operational delivery, and client audit, amongst others. Failure to reach the benchmarks will result in financial consequences. Such payments will vary depending on the extent of the failure, ultimately resulting in an Authority right to terminate for default. The Authority will be looking for a Service Provider that can facilitate the framework’s evolution. This may include development of shared KPIs in defined areas where collaboration across parties is of value.Finally, delivery of the Contract must be in accordance with the Authority’s social value commitments.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gystadleuol gyda negodi

IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog

Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2022/S 000-015520

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 26/02/2024

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 20/03/2024

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The Authority will ensure a fair and transparent procurement process whilst complying with the Public Contracts Regulations 2015 and, subject to Section IV.1.5 below, intends to invite the top three scoring Candidates at selection stage to submit an initial tender, draft final tender and final tender. Further information about the procurement process is set out in the Project Information Memorandum.The Authority has launched a separate procurement for a Professional Services Contract. While Candidates are welcome to bid for both opportunities, the same organisation will not be able to win both contracts, as a key part of the role of the PSC Consultant will be to manage the Service Provider. This also means that both the Service Provider and the PSC Consultant must act in good faith and with absolute impartiality in the performance of their respective roles. Consequently, if a Candidate, who was participating in both the procurement of the Professional Services Contract and this Contract, was to become preferred bidder for the Professional Services Contract, then their bid for this Contract would automatically be withdrawn at that point. At the outset, the Authority expects that Candidates will not engage in any behaviours which may jeopardise the integrity of this Procurement or which may confer any form of advantage to a Candidate in this Procurement. This includes engaging in communications in connection with either the Professional Services or Highways Services procurement processes or contracts with organisations, currently involved in bidding for, or that might subsequently be appointed to deliver, the Professional Services Contract. Selection Questionnaire responses and tenders are to be completed electronically using the Portal: https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home. Please note that a ‘request to participate’ for the purposes of this contract notice (in particular, Section IV.2.2) is by completion and return of the Selection Questionnaire by the stated deadline.Candidates will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Candidates in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the Authority at any time. The Authority is mindful of the issues presented by conflicts of interest and will be proactively managing any actual or potential conflicts that may arise during this procurement. The Authority reserves the right at any time to: i) reject any or all responses and to cancel or withdraw this procurement at any stage; ii) award a contract without prior notice; iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; iv) require a Candidate to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); v) terminate the procurement process; and/or vi) amend the terms and conditions of the selection and evaluation process.All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties.The estimated value of the contract identified in II.2.6) is only an estimate at this stage. There is some uncertainty as to the total value for several reasons including: (i) the flexible approach being adopted which anticipates change and continuous improvement; (ii) the annual budget for Highways Service and availability of central Government funding; and (iii) the significant impact that inflation could have on costs under the contract which means that the value could change and has the potential to exceed the figure provided at this stage.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Ffôn: +44 2079477882

E-bost: enquiries@justice.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: http://www.justice.gov.uk

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Ffôn: +44 2079477882

Cyfeiriad(au) rhyngrwyd

URL: http://www.justice.gov.uk

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to Bidders. This period allows unsuccessful Bidders to challenge the decision to award a Contract before a Contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

Ffôn: +44 2079477882

Cyfeiriad(au) rhyngrwyd

URL: http://www.justice.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

14/12/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
zoe.upson@hertfordshire.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.