Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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 Major Works and Street Lighting
Reference number: DN309399
II.1.2)Main CPV code
45233100
II.1.3)Type of contract
Services
II.1.4)Short description:
The Highways Major Works and Street Lighting service is being procured via an Open Procedure method.
The tender opportunity will be run electronically through the London Tenders Portal and suppliers will need to register their company with the portal as soon as possible (if they have not already done so) at www.londontenders.org to ensure they are able to access and submit the relevant documents online. All applications must be made through the London Tenders Portal only and not to the Contact Details contained within this notice.
II.1.5)Estimated total value
Value excluding VAT: 49 700 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
45233100
45233120
45233125
45233130
45233139
45233222
71630000
98112000
II.2.3)Place of performance
NUTS code: UKJ4
II.2.4)Description of the procurement:
Completion of all planned highway maintenance works, improvement projects, public realm improvements and traffic projects. Some 40 major projects are traditionally undertaken annually involving resurfacing /reconstructing roads and foot-ways.
Street Lighting: Maintenance and improvements of the Borough’s lighting stock including street lighting columns, and both lit and unlit signs and bollards and nameplates.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/07/2018
End: 30/06/2027
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
This contract may be extended for 1 year (1.7.2026 to 30.6.2027) at the Council's sole discretion.
II.2.12)Information about electronic catalogues
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
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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the 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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/03/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 19/03/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
Tenderers may bid for other related tenders, in specified areas such as the following tenders for Highways Minor Reactive Works, Winter Services and Highways Drainage, Environmental Services related to: Waste Disposal (Lot 1), Waste Collection (Lot 2), Street Environment (Lot 3), Parks Management and Grounds Maintenance Services (Lot 4) (OJEU notice 2018/S 006-009405) and Arboricultural Maintenance due to be published at the beginning of June 2018. The Council will facilitate the opportunity for tenderers to provide discounts across these services and the other soon to be published tender as noted above. As this is a long term service, the Council will make provision for anticipated changes and change control.
Any selection of tenderers will be based solely on the criteria set out for the procurement. Evaluation of thetender will be based on the CIPFA standing guide to the commissioning of local authority work and servicestender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria. Tenderers should note that the evaluation of the above criteria for Quality issues etc. will also include the operation of minimum score thresholds. If the Tenderer's proposal receives a score below the required threshold then the bid may not be considered further.
An indicative use of this model can be downloaded from the Council’s website at http://www.bromley.gov.uk/info/200095/tenders_and_contracts/265/submitting_tenders
Prospective contractors are advised that the documents issued at this time in conjunction with the OJEU Tender Notice may be supplemented and/or amended as provided for in Regulation 53(6) of the Public Contracts Regulations 2015.
VI.4)Procedures for review
VI.4.1)Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
12/02/2018