Award

Buckinghamshire Highways Framework One - Highways Minor Works

BUCKINGHAMSHIRE COUNCIL

This public procurement record has 1 release in its history.

Award

27 Oct 2023 at 19:19

Summary of the contracting process

The Buckinghamshire Council has awarded the contract for the Buckinghamshire Highways Framework One for Highways Minor Works. This procurement process involved a selective procedure with a tender period ending on 11th July 2022. The contract will be in effect from 1st April 2023 to 31st March 2027. The framework agreement has three lots focusing on Conventional Surfacing, Specialist Treatments, and Highways Minor Works, which will enhance the condition and value of the capital highway asset. The total value of the contract ranges from £54,000,000 to £70,000,000 GBP.

This procurement process provides opportunities for businesses, especially in the construction, foundation, and surface works for highways and roads industry category. Small and medium-sized enterprises (SMEs) would be well-suited to compete in this procurement due to its complex nature involving various works packages and potential for long-term collaborations. The Council plans to award work under the framework agreement through a combination of direct award and mini-competition, leveraging objective criteria. Interested parties must adhere to the procurement documents and response guidelines outlined by the Council for potential business growth.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Buckinghamshire Highways Framework One - Highways Minor Works

Notice Description

This Notice relates to Buckinghamshire Highways Framework One - Minor Works. Buckinghamshire Council (the Council) is the Highway Authority responsible for maintaining the highway network in Buckinghamshire. The Council's current integrated services contract is due to expire on 31 March 2023 and therefore the Council is commencing the procurement of its replacement service provision. Following a fundamental review and wide consultation, the Council has identified a new service delivery model. The new model includes a Term Maintenance Contract and a Term Consultancy Contract (both currently in live procurement) and two separate multi-supplier frameworks: Buckinghamshire Highways Framework One - Minor Works; and Buckinghamshire Highways Framework Two - Major Works This Notice relates to Framework One - Minor Works only ("the Framework Agreement"). There is also a procurement commencing shortly for Framework Two - Major Works under a different contract notice (DN613052), and economic operators interested in applying for Framework Two must refer to that contract notice for details of how to express an interest. This Framework will run for a four (4)-year duration although the Council reserves the right (subject to the procurement regime at the time) to extend this period by any period or periods up to a further four(4) years. This Framework One - Minor Works, will have 3 Lots: Lot 1: Conventional Surfacing Lot 2: Specialist Treatments Lot 3: Highways Minor Works The Council intends that the successful Tenderers will form part of an alliance arrangement between the Council and one or more of the other highways contractors appointed by the Council as set out above. Further details of the proposed works and services forming the scope of the Framework Agreement and its commercial terms (and those of the call-off contracts governing the works packages) are set out in the procurement documents, and full details will appear in the tender documentation accompanying the invitation to tender (ITT). It is intended that the Council will award work under the Framework Agreement using a combination of direct award and mini-competition and will choose between these methods based on objective criteria which will appear in full in the Framework Agreement, along with: * the objective criteria which, in the case of a direct award will determine to which supplier the works package will be awarded, and * in the case of a mini-competition, the procedure and criteria to be used to select the supplier who will be awarded the works package. The Council further reserves the right to issue "time charge orders" under the Framework Agreement in respect of feasibility, scoping or other initial services, as set out in the procurement documents. Additional information: This Framework One - Minor Works, will have 3 Lots: Lot 1: Conventional Surfacing This Lot incorporates the construction of capital funded maintenance schemes including carriageway inlay, overlay, resurfacing and reconstruction in line with the requirements of Buckinghamshire Council's asset management strategy to enhance the condition and value of the capital highway asset. Lot 2: Specialist Treatments Lot 2: This Lot incorporates the construction of capital funded carriageway maintenance schemes including surface treatments, high friction surfacing, joint sealing and other processes in line with the requirements of Buckinghamshire Council's asset management strategy to maintain the serviceability, condition and overall life of the capital highway asset. Lot 3: Highways Minor Works Lot 3 - Minor Works (Less than PS500,000). This Lot incorporates the construction of capital funded footway maintenance and improvement schemes, carriageway machine patching in advance of surface treatment, civil engineering schemes and highway drainage improvement schemes up to an individual scheme value of PS500,000 in line with the requirements of Buckinghamshire Council's asset management strategy to enhance the operation of and maintain the serviceability of the capital highway asset. 1. To express interest in the Framework Agreement, Applicants must complete and submit the SQ through the Portal no later than the closing date and time provided. Please note that Applicants must allow sufficient time to upload their SQ Responses as the Council is under no obligation to consider SQ Responses submitted after that deadline. 2. In order to submit an SQ Response, Applicants must register on the Buckinghamshire Business Portal if they have not already done so. 3. For technical assistance relating to the Buckinghamshire Business Portal, please contact 0330 005 0352. 4. An Applicant may be a single organisation or a consortium. In addition, Applicants may be entitled to rely on third parties in order to achieve the minimum standards set out in the SQ Guidance. Applicants are referred to the SQ Guidance for requirements that apply in these cases. 5. All financial values in this Notice are estimated and may be subject to change. The estimated total values of work stated in this Notice are stated in prices current at the date of this Notice and do not take into account the impact of any indexation or inflationary increases over the term of the Framework Agreement. 6. In relation to the estimated total value, this is a range from 54,000,000 to 70,000,000 GBP and this has been calculated using historical figures providing an average of 13,500,000 GBP per annum over the full 4 year term. 7. Applicants are also referred to the procurement documents for further details about the likely values of work under the Framework Agreement (and specific Lots) and in particular, that given its nature as a Framework Agreement there will be no guarantee that any supplier will be awarded any particular volume or value of work during the term of the Framework Agreement. 8. All dates set out in this Notice are based on the Council's current procurement programme which it reserves the right to change and update at any stage during the procurement. Such dates may therefore change. 9. A response to this Notice does not guarantee that an Applicant will be invited to tender. The Council is not bound to enter into any contract arising out of the procedures envisaged by this Notice and may vary its requirements or procedure at any time. The Council reserves the right to abandon, delay or postpone this procurement at any time. Applicants are referred to the SQ Guidance for full instructions and conditions of participation in this procurement. 10. Applicants will be solely responsible and liable for all costs associated and arising out of or in connection with responding to this Notice and the SQ and with submitting any tender, howsoever such costs are incurred.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-93486c2a-3a68-405a-a879-49ecae185cf9
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/e617cf8e-48e1-4019-ab3b-dbe6964c6951
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
SME
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services


CPV Codes

45233000 - Construction, foundation and surface works for highways, roads

50230000 - Repair, maintenance and associated services related to roads and other equipment

Notice Value(s)

Tender Value
£70,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
£54,000,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
27 Oct 20232 years ago
Submission Deadline
11 Jul 2022Expired
Future Notice Date
Not specified
Award Date
30 Mar 20232 years ago
Contract Period
31 Mar 2023 - 31 Mar 2027 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BUCKINGHAMSHIRE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
AYLESBURY
Postcode
HP20 1UA
Post Town
Hemel Hempstead
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ13 Buckinghamshire
Delivery Location
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)

Local Authority
Buckinghamshire
Electoral Ward
Aylesbury North
Westminster Constituency
Aylesbury

Supplier Information

Number of Suppliers
6
Supplier Names

BALFOUR BEATTY LIVING PLACES

COLAS

EUROVIA INFRASTRUCTURE

J.MCCANN AND

KIER HIGHWAYS

O'HARA BROS SURFACING

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-93486c2a-3a68-405a-a879-49ecae185cf9-2023-10-27T20:19:32+01:00",
    "date": "2023-10-27T20:19:32+01:00",
    "ocid": "ocds-b5fd17-93486c2a-3a68-405a-a879-49ecae185cf9",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "BUCKSH001-DN612194-98850567",
        "title": "Buckinghamshire Highways Framework One - Highways Minor Works",
        "description": "This Notice relates to Buckinghamshire Highways Framework One - Minor Works. Buckinghamshire Council (the Council) is the Highway Authority responsible for maintaining the highway network in Buckinghamshire. The Council's current integrated services contract is due to expire on 31 March 2023 and therefore the Council is commencing the procurement of its replacement service provision. Following a fundamental review and wide consultation, the Council has identified a new service delivery model. The new model includes a Term Maintenance Contract and a Term Consultancy Contract (both currently in live procurement) and two separate multi-supplier frameworks: Buckinghamshire Highways Framework One - Minor Works; and Buckinghamshire Highways Framework Two - Major Works This Notice relates to Framework One - Minor Works only (\"the Framework Agreement\"). There is also a procurement commencing shortly for Framework Two - Major Works under a different contract notice (DN613052), and economic operators interested in applying for Framework Two must refer to that contract notice for details of how to express an interest. This Framework will run for a four (4)-year duration although the Council reserves the right (subject to the procurement regime at the time) to extend this period by any period or periods up to a further four(4) years. This Framework One - Minor Works, will have 3 Lots: Lot 1: Conventional Surfacing Lot 2: Specialist Treatments Lot 3: Highways Minor Works The Council intends that the successful Tenderers will form part of an alliance arrangement between the Council and one or more of the other highways contractors appointed by the Council as set out above. Further details of the proposed works and services forming the scope of the Framework Agreement and its commercial terms (and those of the call-off contracts governing the works packages) are set out in the procurement documents, and full details will appear in the tender documentation accompanying the invitation to tender (ITT). It is intended that the Council will award work under the Framework Agreement using a combination of direct award and mini-competition and will choose between these methods based on objective criteria which will appear in full in the Framework Agreement, along with: * the objective criteria which, in the case of a direct award will determine to which supplier the works package will be awarded, and * in the case of a mini-competition, the procedure and criteria to be used to select the supplier who will be awarded the works package. The Council further reserves the right to issue \"time charge orders\" under the Framework Agreement in respect of feasibility, scoping or other initial services, as set out in the procurement documents. Additional information: This Framework One - Minor Works, will have 3 Lots: Lot 1: Conventional Surfacing This Lot incorporates the construction of capital funded maintenance schemes including carriageway inlay, overlay, resurfacing and reconstruction in line with the requirements of Buckinghamshire Council's asset management strategy to enhance the condition and value of the capital highway asset. Lot 2: Specialist Treatments Lot 2: This Lot incorporates the construction of capital funded carriageway maintenance schemes including surface treatments, high friction surfacing, joint sealing and other processes in line with the requirements of Buckinghamshire Council's asset management strategy to maintain the serviceability, condition and overall life of the capital highway asset. Lot 3: Highways Minor Works Lot 3 - Minor Works (Less than PS500,000). This Lot incorporates the construction of capital funded footway maintenance and improvement schemes, carriageway machine patching in advance of surface treatment, civil engineering schemes and highway drainage improvement schemes up to an individual scheme value of PS500,000 in line with the requirements of Buckinghamshire Council's asset management strategy to enhance the operation of and maintain the serviceability of the capital highway asset. 1. To express interest in the Framework Agreement, Applicants must complete and submit the SQ through the Portal no later than the closing date and time provided. Please note that Applicants must allow sufficient time to upload their SQ Responses as the Council is under no obligation to consider SQ Responses submitted after that deadline. 2. In order to submit an SQ Response, Applicants must register on the Buckinghamshire Business Portal if they have not already done so. 3. For technical assistance relating to the Buckinghamshire Business Portal, please contact 0330 005 0352. 4. An Applicant may be a single organisation or a consortium. In addition, Applicants may be entitled to rely on third parties in order to achieve the minimum standards set out in the SQ Guidance. Applicants are referred to the SQ Guidance for requirements that apply in these cases. 5. All financial values in this Notice are estimated and may be subject to change. The estimated total values of work stated in this Notice are stated in prices current at the date of this Notice and do not take into account the impact of any indexation or inflationary increases over the term of the Framework Agreement. 6. In relation to the estimated total value, this is a range from 54,000,000 to 70,000,000 GBP and this has been calculated using historical figures providing an average of 13,500,000 GBP per annum over the full 4 year term. 7. Applicants are also referred to the procurement documents for further details about the likely values of work under the Framework Agreement (and specific Lots) and in particular, that given its nature as a Framework Agreement there will be no guarantee that any supplier will be awarded any particular volume or value of work during the term of the Framework Agreement. 8. All dates set out in this Notice are based on the Council's current procurement programme which it reserves the right to change and update at any stage during the procurement. Such dates may therefore change. 9. A response to this Notice does not guarantee that an Applicant will be invited to tender. The Council is not bound to enter into any contract arising out of the procedures envisaged by this Notice and may vary its requirements or procedure at any time. The Council reserves the right to abandon, delay or postpone this procurement at any time. Applicants are referred to the SQ Guidance for full instructions and conditions of participation in this procurement. 10. Applicants will be solely responsible and liable for all costs associated and arising out of or in connection with responding to this Notice and the SQ and with submitting any tender, howsoever such costs are incurred.",
        "datePublished": "2022-06-01T11:09:32+01:00",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45233000",
            "description": "Construction, foundation and surface works for highways, roads"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "50230000",
                "description": "Repair, maintenance and associated services related to roads and other equipment"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 54000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 70000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2022-07-11T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-04-01T00:00:00+01:00",
            "endDate": "2027-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "works"
    },
    "parties": [
        {
            "id": "GB-CFS-151153",
            "name": "Buckinghamshire Council",
            "identifier": {
                "legalName": "Buckinghamshire Council"
            },
            "address": {
                "streetAddress": "Walton Street Offices",
                "locality": "Aylesbury",
                "postalCode": "HP20 1UA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Lindsey Sheen",
                "email": "Lindsey.Sheen@buckinghamshire.gov.uk",
                "telephone": "+44 1296383615"
            },
            "details": {
                "url": "https://www.buckinghamshire.gov.uk/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-262861",
            "name": "Balfour Beatty Living Places Ltd",
            "identifier": {
                "legalName": "Balfour Beatty Living Places Ltd"
            },
            "address": {
                "streetAddress": "The Curve Building, Axis Business Park, Hurricane Way Langley, SL3 8AG"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-262862",
            "name": "Eurovia Infrastructure Ltd",
            "identifier": {
                "legalName": "Eurovia Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "ALBION HOUSE, SPRINGFIELD ROAD HORSHAM RH12 2RW"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-262863",
            "name": "O'Hara Bros Surfacing Limited",
            "identifier": {
                "legalName": "O'Hara Bros Surfacing Limited"
            },
            "address": {
                "streetAddress": "101 Rowlands Avenue, Hatch Lane, Pinner, HA5 4AW"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-262864",
            "name": "Colas Ltd",
            "identifier": {
                "legalName": "Colas Ltd"
            },
            "address": {
                "streetAddress": "6210 Bishops Court, Birmingham Business Park Solihull, B37 7YB"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-262865",
            "name": "Kier Highways Limited",
            "identifier": {
                "legalName": "Kier Highways Limited"
            },
            "address": {
                "streetAddress": "2nd Floor, Optimum House, Clippers Quay Salford M50 3XP"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-CFS-262866",
            "name": "J.McCann and Co Ltd",
            "identifier": {
                "legalName": "J.McCann and Co Ltd"
            },
            "address": {
                "streetAddress": "McCann House, 110 Nottingham Road, Chilwell, Nottingham NG9 6DQ"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-151153",
        "name": "Buckinghamshire Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-93486c2a-3a68-405a-a879-49ecae185cf9-1",
            "status": "active",
            "date": "2023-03-31T00:00:00+01:00",
            "datePublished": "2023-10-27T20:19:31+01:00",
            "value": {
                "amount": 54000000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-262861",
                    "name": "Balfour Beatty Living Places Ltd"
                },
                {
                    "id": "GB-CFS-262862",
                    "name": "Eurovia Infrastructure Ltd"
                },
                {
                    "id": "GB-CFS-262863",
                    "name": "O'Hara Bros Surfacing Limited"
                },
                {
                    "id": "GB-CFS-262864",
                    "name": "Colas Ltd"
                },
                {
                    "id": "GB-CFS-262865",
                    "name": "Kier Highways Limited"
                },
                {
                    "id": "GB-CFS-262866",
                    "name": "J.McCann and Co Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2023-04-01T00:00:00+01:00",
                "endDate": "2027-03-31T23:59:59+01:00"
            },
            "description": "Balfour Beatty Living Places Ltd: Lot 1 and Lot 3 Eurovia Infrastructure Ltd: Lot 1 and Lot 2 O'Hara Bros Surfacing Limited: Lot 1 and Lot 3 Colas Ltd: Lot 2 Kier Highways Limited: Lot 2 J.McCann and Co Ltd: Lot 3",
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/e617cf8e-48e1-4019-ab3b-dbe6964c6951",
                    "datePublished": "2023-10-27T20:19:31+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}