Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Milton Keynes City Council
Civic Office, 1 Saxon Gate East
Milton Keynes
MK9 3EJ
UK
Ffôn: +44 1908691691
E-bost: corporateprocurement@milton-keynes.gov.uk
NUTS: UKJ12
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://in-tendhost.co.uk/milton-keynes/aspx/Home
Cyfeiriad proffil y prynwr: https://www.milton-keynes.gov.uk
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/milton-keynes/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
Highways Term Service Contract
Cyfeirnod: 2021-049
II.1.2) Prif god CPV
45233000
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
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.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 350 000 000.00 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
45233000
71311220
71311210
45233210
II.2.3) Man cyflawni
Cod NUTS:
UKJ12
Prif safle neu fan cyflawni:
II.2.4) Disgrifiad o’r caffaeliad
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) 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: 350 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
48 month
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
As stated in procurement documents.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
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:
As stated in 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
As stated in procurement documents
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gystadleuol gyda negodi
IV.1.5) Gwybodaeth am negodi
Ceidw’r awdurdod contractio yr hawl i ddyfarnu’r contract ar sail y tendrau gwreiddiol heb gynnal negodiadau
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.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
12/06/2023
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:
03/07/2023
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
2032
VI.3) Gwybodaeth ychwanegol
The Contract will be for a term of 8 years with an option for the Authority to extend the term for two further periods of 2 years each (allowing for a total extension of up to 4 years).It should be noted that the successful contractor may be required to undertake elements of the following in each service year of the Contract:2.2.1 Provision, maintenance and cleaning of road signs;2.2.2 Provision and maintenance of road studs;2.2.3 Provision and maintenance of road markings;2.2.4 Patching and repair of carriageway surfacing;2.2.5 Carriageway and Footway surfacing;2.2.6 Drainage cleansing, gully emptying and jetting, ditch and grip maintenance;2.2.7 Drainage schemes;2.2.8 Maintenance of bridges, tunnels and subways;2.2.9 Reactive safety repairs;2.2.10 Winter Maintenance;2.2.11 Emergency response;2.2.12 Stakeholder Management;2.2.13 Third Party Claims Management; and2.2.14 Maintenance of Traffic Signals and Street Lighting.There are a number of activities that will cover the Authority’s extensive improvement scheme programme, including works and services for:2.3.1 Highway and junction improvements;2.3.2 Highway structures;2.3.3 Safety fencing;2.3.4 Traffic management and calming schemes;2.3.5 Pedestrian and cycle infrastructure improvements;2.3.6 Public transport infrastructure including bus stops and bus priority measures;2.3.7 Accessibility improvements;2.3.8 Carriageway reconstruction;2.3.9 Asset Inventory, Data Collection, Surveys, and analysis;2.3.10 Street lighting;2.3.11 Traffic signals;2.3.12 Any other related activities covered by the scope of the ContractThe extent of works and services to be delivered through the Contract will be determined on value for money, complexity, capability, reputational risk and quality of service.The estimated total value provided in Section II.1.5 is for the full possible contract period of 8 years. In arriving at this value the Authority has considered without limitation the estimated costs (including ad hoc capital) and revenue associated with the provision of the Highway Services.The Authority is of the view that TUPE is likely to apply to some staff at contract commencement but economic operators will be expected to undertake their own due diligence.The Authority has a depot available for use in the provision of the Highway Services that shall be leased to the contractor as appropriate.Further information on this shall be provided in the procurement documents.Economic operators should note that the procurement documents marked as draft provide indicative information of the Authority’s approach in the procurement process at this stage and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the draft procurement documents and final details and versions of the procurement documents will be confirmed to applicants that are successful in being selected to participate in negotiation.The Authority is seeking to procure an economic operator who can innovate to perform the Highway Services within the Authority’s affordability. Economic operators should note that whilst the estimated total value is a proxy for affordability it is not a target sum.The Authority reserves the right to omit, amend or recalibrate any part of the services or technical service standards at any stage and to require those economic operators remaining in the process at that stage to adjust their bids accordingly without reverting to previous stages.The Authority reserves the right to abandon this procurement process at any stage and/or not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. Economic operators are entirely responsible for their costs and losses incurred or arising as a result of any participation in this procurement process.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Public Procurement Review Service
Cabinet Office
London
UK
Ffôn: +44 3450103503
E-bost: publicprocurementreview@cabinetoffice.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
VI.5) Dyddiad anfon yr hysbysiad hwn
12/05/2023