Essex County Council: Eastern Highways Framework 3

  Essex County Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Eastern Highways Framework 3
Notice type: Contract Notice
Authority: Essex County Council
Nature of contract: Services
Procedure: Restricted
Short Description: On behalf of the Eastern Highways Alliance (EHA), Essex County Council, will be seeking Contractors to undertake Highways Works including Structural Work, Surfacing, Road Works and Capital Schemes forHighways. The following local authorities are the current members of the EHA: Cambridgeshire County Council, Central Bedfordshire Council, Essex County Council,Hertfordshire County Council, Luton Borough Council, Norfolk County Council, Peterborough City Council,Southend on Sea Borough Council, Suffolk County Council and Thurrock Council. The procurement for this is being led by Essex County Council on behalf of the current EHA. Other Local Authorities can join the EHA and use EHF3 subject to board approval. A bidders event will be held at 9am on the 21st January 2020 at The Hallmark Hotel, Bar Hill, Cambridge CB23 8EU. Attendance is limited to 2 attendees per organisation. If you'd like to register, please send attendees names and job titles via the e-sourcing portal
Published: 13/01/2020 12:06
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Chelmsford: Engineering works and construction works.
Section I: Contracting Authority
      I.1) Name and addresses
             Essex County Council
             County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
             Tel. +44 3330136270, Email: dawn.grover@essex.gov.uk
             Contact: Dawn Grover
             Main Address: www.essex.gov.uk, Address of the buyer profile: https://www.delta-e-sourcing.com/
             NUTS Code: UKH3
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Engineering-works-and-construction-works./KP552EUQ34
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Eastern Highways Framework 3       
      Reference Number: 0745
      II.1.2) Main CPV Code:
      45220000 - Engineering works and construction works.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: On behalf of the Eastern Highways Alliance (EHA), Essex County Council, will be seeking Contractors to undertake Highways Works including Structural Work, Surfacing, Road Works and Capital Schemes forHighways. The following local authorities are the current members of the EHA: Cambridgeshire County Council, Central Bedfordshire Council, Essex County Council,Hertfordshire County Council, Luton Borough Council, Norfolk County Council, Peterborough City Council,Southend on Sea Borough Council, Suffolk County Council and Thurrock Council. The procurement for this is being led by Essex County Council on behalf of the current EHA. Other Local Authorities can join the EHA and use EHF3 subject to board approval.

A bidders event will be held at 9am on the 21st January 2020 at The Hallmark Hotel, Bar Hill, Cambridge CB23 8EU. Attendance is limited to 2 attendees per organisation. If you'd like to register, please send attendees names and job titles via the e-sourcing portal       
      II.1.5) Estimated total value:
      Value excluding VAT: 400,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 2
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Contractors are able to apply for up to 2 lots. Therefore if successful, the maximum a Contractors could be in is Lot 1 and Lot 2, Lot 2 and Lot 3 or Lot 1 and Lot 3.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Projects valued between 0 and £2,000,000 GBP       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45220000 - Engineering works and construction works.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      
      II.2.4) Description of procurement: Appointment of the principal Contractors for projects valued between 0 and 2,000,000 GBP

The procurement will run using the restricted procedure, as detailed in the Public Contracts Regulations 2015, based upon 2 stages:
1) Selection questionnaire (SQ) - The SQ will be based on PAS 91:2017(using Constructionline) with the inclusion of ECC specific questions. The ECC Specific questions will only be evaluated if the Constructionline evaluation has been passed. If the Contractor fails the Constructionline SQ questions then the ECC specific questions will not be evaluated. Responses will be evaluated using the selection criteria set out in the SQ. To be short listed to the Lot 1 Invitation To Tender stage the following number of Contractors will be: for Lot 1: 8 Contractors
2) ITT - the shortlisted suppliers as described for lot 1 will be invited to submit a tender based on the ITT documentation. Responses to the ITT will be evaluated to determine the most economically advantageous tender, based on the award criteria set out in the ITT. It is envisaged that for Lot 1: 4 Contractors will be appointed.
      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: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: Lot 1: a maximum of 8 Contractors will be invited to tender (ITT) stage
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond click here https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Engineering-works-and-construction-works./DZ8A4G7469
Failure to pass any pass/fail questions will result in rejection of the bid, client specific questions will not be evaluated.ECC is subject to the Freedom of Information Act 2000 & Environmental Information Regulations 2004. Full info is the Bidders Guidance       
II.2) Description Lot No. 2
      
      II.2.1) Title: Projects valued between £1,500,000 and £7,000,000 GBP       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45220000 - Engineering works and construction works.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      
      II.2.4) Description of procurement: Appointment of the principal Contractors for projects valued between 1,500,000 and 7,000,000 GBP

The procurement will run using the restricted procedure, as detailed in the Public Contracts Regulations 2015, based upon 2 stages:
1) Selection questionnaire (SQ) - The SQ will be based on PAS 91:2017 (using Constructionline) with the inclusion of ECC specific questions. The ECC Specific questions will only be evaluated if the Constructionline evaluation has been passed. If the Contractor fails the Constructionline SQ questions then the ECC specific questions will not be evaluated. Responses will be evaluated using the selection criteria set out in the SQ. To be short listed to the Lot 2 Invitation To Tender stage the following number of Contractors will be: 8
2) ITT - the shortlisted suppliers as described for each lot will be invited to submit a tender based on the ITT documentation. Responses to the ITT will be evaluated to determine the most economically advantageous tender, based on the award criteria set out in the ITT. It is envisaged that for Lot 2: 4 Contractors will be appointed.
      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: 7,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: A maximum of 8 Contractors will be invited to tender (ITT) stage for Lot 2
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond click here https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Engineering-works-and-construction-works./DZ8A4G7469. Failure to pass any pass/fail questions will result in rejection of the bid, client specific questions will not be evaluated.ECC is subject to the Freedom of Information Act 2000 & Environmental Information Regulations 2004. Full info is the Bidders Guidance       
II.2) Description Lot No. 3
      
      II.2.1) Title: Projects valued between 5,000,000 to 30,000,000       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45220000 - Engineering works and construction works.
      
      II.2.3) Place of performance:
      UKH EAST OF ENGLAND
      
      II.2.4) Description of procurement: Appointment of the principal Contractors for projects valued between 5,000,000 and 30,000,000 GBP

The procurement will run using the restricted procedure, as detailed in the Public Contracts Regulations 2015, based upon 2 stages:
1) Selection questionnaire (SQ) - The SQ will be based on PAS 91:2017 (using Constructionline) with the inclusion of ECC specific questions. The ECC Specific questions will only be evaluated if the Construction Line evaluation has been passed. If the Contractor fails the Construction Line SQ questions then the ECC specific questions will not be evaluated. Responses will be evaluated using the selection criteria set out in the SQ. To be short listed to the Lot 3 Invitation To Tender stage the following number of Contractors will be: 6 Contractors.
2) ITT - the shortlisted suppliers as described for each lot will be invited to submit a tender based on the ITT documentation. Responses to the ITT will be evaluated to determine the most economically advantageous tender, based on the award criteria set out in the ITT. It is envisaged that for Lot 3: 3 Contractors will be appointed.
      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: 1       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: A maximum of 6 Contractors for Lot 3 will be invited to tender (ITT) stage
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond click here https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Engineering-works-and-construction-works./DZ8A4G7469
Failure to pass any pass/fail questions will result in rejection of the bid, client specific questions will not be evaluated.ECC is subject to the Freedom of Information Act 2000 & Environmental Information Regulations 2004. Full info is the Bidders Guidance       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 11               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 14/02/2020
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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:
         Duration in month(s): 4
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract maybe suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For this tender Essex County Council will be using the BiP Delta eSourcing portal https://www.deltaesourcing.com throughout the procurement process, and all communications with Essex County Council relating to this procurement exercise must be via the portal message system.

To access and respond to this opportunity, go to https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Engineering-works-and-construction-works./DZ8A4G7469. Alternatively potential bidders can use http://www.delta-esourcing.com and input access code :DZ8A4G7469 to gain access to the Tender documentation. Please note that potential bidders will need to register on the delta eSourcing system to view the procurement documentation for this tender, registration is free of charge. If you experience any technical difficulties from accessing the above URL, then please contact the Delta eSourcing Helpdesk or call 0845 270 7050 or email helpdesk@delta-esourcing.com The tender documents are available on:
a) the eSourcing Portal 'BiP Delta', via the links detailed above,
b) the Government Contracts Finder website: https://www.gov.uk/contracts-finder
c)ECC's opportunities listing: http://www.essex.gov.uk/Business-Partners/Supplying-Council/Pages/default.aspx
It is recommended that any bidder not already registered on the BiP Delta eSourcing, register at the earliest opportunity. Essex County Council reserves the right to cancel the procurement exercise and/or not award all or part of a contract. Essex County Council will not be responsible for any costs incurred by bidders in relation to this procurement exercise. The procurement is subject at all times to the terms and conditions set out in the procurement documents.
Essex County Council has adopted Construction line, the UK's leading procurement and supply chain management service to streamline the procurement and assessment of contractors applying for this opportunity: https://www.constructionline.co.uk
If you are already a Construction line member, you will not need to complete our full SSQ — simply supply your Constructionline membership number, ensure the following sections are verified on your profile:
— C1: Company Information,
— C2: Financial and Insurance Information,
— C3: Business and Professional Standing,
— C4: Health and Safety,
— O1: Equal Opportunity and Diversity,
— O2: Environmental Management,
— O3: Quality Management,
— O4: BIM and ensure your complete our client specific questions.
Please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate and that you are verified for 45220000 or an equivalent work category and have a notational value as a minimum for the following lots: Lot 1 with a minimum of £2,000,000, Lot 2 with a minimum of £7,000,000 and Lot 3 with a minimum of £30,000,000 in place. Please note it is the bidder's responsibility to ensure the profile is valid by the closing date of this advert and meets the requirements of this notice. Applications who are not Constructionline members are encouraged to do so as this will simplify the pre-qualification process. To apply to Constructionline in relation to this contract notice contact David Marshall on 07919 298675 or by email david.marshall@constructionline.co.uk. Suppliers who are not Constructionline members will not be precluded from expressing an interest in this contract notice but will need to demonstrate that they meet the prequalification requirements, through the completion of a full questionnaire.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Engineering-works-and-construction-works./KP552EUQ34

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/KP552EUQ34
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court
       Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             High Sourt
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 13/01/2020

Annex A


View any Notice Addenda

View Award Notice