Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 168-302012/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Highways England
Postal address: 2/09K Temple Quay House, 2 The Square
Town: Bristol
Postal code: BS1 6HA
Country: United Kingdom
Contact Person: Jason Prichard
Telephone: +44 3004704235
Email: PSW.OPS@highwaysengland.co.uk
Nuts code: UK
Internet address(es):
Main address:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: NTLC — National Technology and Logistics Centre.
Reference number: NTLC
II.1.2) Main CPV code: 42965100
II.1.3) Type of contract: Services
II.1.4) Short Description: This contract will be replacing the existing 2/1305 National Distribution Centre (NDC), which is due to expire in March 2017.
This will be for a warehouse/ storage facility and for the replacement Third Line support contract. The NTLC will also require facilities for a new Technology Test Centre.
Please note that:
a) This tender (and the tender documents), will be available on Bravo Solutions on the morning of Wednesday 31.8.2016 (see VI.3) below).
b) There is a Tender Presentation and Site Visit (see VI.3) below).
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
63121000, 63120000, 63122000, 63121100
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
A warehouse & storage facility within 30 miles of an area bounded by Nottingham, Bedford, Birmingham (see Location Graphic in the procurement documents).
II.2.4) Description of the procurement:
The following is to provide an indication of the scope/scale of the contract.
The Contractor will be responsible for:
— Receiving, storing and despatching a wide range of items (currently in the order of 1 400 live Stock Keeping Units — SKUs) associated with roadside Technology Equipment for the strategic road network in England.
— Picking orders provided by Highways England and delivering them to regional maintenance providers and schemes;
— Stock control (100 % every 3 months) and financial reporting (every month).
— Organising the transport of products using appropriate haulage, pallet and parcel services and will be required to operate a trailer with a lorry mounted crane (used in the transportation of drums and signs) from the current incumbent.
The Contractor must be able to provide a facility to meet the following indicative requirements:
i) A warehouse and storage facility (as indicated above). The contractor may be required to set up and run satellite stores in other parts of the country either at their own sites, or at sites provided by the Highways England.
ii) Hard standing for cable drums, pillars and palletised construction materials (currently using 110 000 square feet).
iii) A further area outside the warehouse of some 20 000 square feet of concrete pad for the storage of large items of electrical equipment. The area should be provided with twenty electricity sockets (3kw per socket).
iv)An area within the warehouse for the storage of large items of electrical equipment, currently 10 000 square feet.
v) Full pallet locations, euro and UK (currently around 1 500)
vi) Half pallet locations (Currently 300)
vii) 1 and a half locations (currently 450)
viii) Storage bins (approximately one cubic foot/ 0.03 m3 currently 200)
ix) Shelving within the racking (currently 800 feet).
This will require a site where the space utilised can be ‘flexed’ and varied in accordance with the changing requirements of Highways England.
The Contractor shall use the nominated Highways England IT system which is currently Oracle based, or they may be requested to provide a suitable system.
The warehouse should be heated to a minimum temperature of 12°C. Access requirements will be detailed in the Tender Documents.
Highways England also requires safe and appropriate facilities for its Third Line Services who provide an inspection, test and repair function for faulty equipment returned from regional maintenance providers. This is largely a pedestrian area and will include the following indicative requirements:
— A workshop area within the above warehouse of approximately 7 000 square feet with:
— 5 workbenches (with chairs), and 30 electricity sockets (13A), protected by RCD and main emergency cut-off switch.
— Approximately 120 pallet locations.
— A goods inward quarantine area of approximately 1 000 square feet (93 square meters) adjacent to the workshop area
— A separate, heated and secure office facilities with four desks with direct telephone points/ lines, suitable connection for broadband and power sockets.
— Access to serviced toilets and parking.
The NTLC site will also provide flexible facilities for the Test and Innovation Centre (TIC). The main purpose of this facility will be to allow Highways England suppliers to demonstrate, test and conduct training on roadside equipment in a safe environment. We anticipate that it will require an additional 60 000 square feet (approximately) of outside space and 2,000 square feet (approximately) of indoor space (with an office). Power will be required to the outside area and internal area suitable for a large number of Technology items.
The Contractor is not required to provide any test equipment, office furniture, equipment for Third Line Services or TIC.
Duration = 3 years + a 3-month mobilisation period. 2 + 1 year extension options (subject to our need and Contractor performance).
Estimated value is between 1 200 000 GBP and 2 000 000 GBP per year.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-01-03End: 2020-03-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
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:Tenderers will be advised in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: Tenderers will be advised in the procurement documents.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.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:2016/S 125-224102
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-10-21 Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2016-10-21 Local time: 12:00 Place:As I.1 above.
Information about authorised persons and opening procedure:Tenderers will be advised in the procurement documents.
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
A) Instructions on ‘How to Tender’:
1. Registering on Bravo Solution:
If not already registered go to the home page and click the register link. Follow the instructions.
2. Express an Interest:
This tender (and tender documents), will be available on Bravo Solutions on the morning of Wednesday 31.8.2016.
— Login to Bravo Solution
— Click the ‘PQQs/ ITTs Open to All Suppliers’ link.
(These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier)
— Click on the relevant PQQ/ ITT to access content & click the ‘Express Interest’ button at the top of this page
— This will move the PQQ/ ITT into your ‘My PQQs/ My ITT’s page.
(This is a secure area reserved for your projects only)
— You can now access any attachments by clicking the “Buyer Attachments” in the “PQQ/ ITT Details box.
3. Responding to the tender:
— Click ‘My Response’ under ‘PQQ/ITT Details’ , you can choose to ‘Create Response’ or ‘Decline to Respond’
— You can now use the ‘Messages’ function to communicate with the Procurement Officer to seek any clarification
— Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT
— There is a mixture of online and offline actions for you to perform
— You submit your reply by using the ‘Submit Response’ button at the top of the page.
— For technical assistance please consult the online help, or contact the Powered by Bravo Solution help desk.
B) There will be a ‘Tender Presentation’ along with a ‘Site Visit’ of the existing National Distribution Centre on either the 21 or 22.9.2016. Details will be contained within the IfT. The Procurement Officer will request attendance details from interested tenderers a week after going out to tender.
C) The Contracting Authority is using the ”NEC3: Term Service Contract (TSC)’ for this contract:
D) Highways England expressly reserves the right:
(i) not to award any contract as a result of this tendering exercise commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and
(iii) in no circumstances will Highways England be liable for any costs incurred by candidates.
E) Be aware tender documentation for public sector contracts over 10 000 GBP will be published on a website and made available to the public.
F) Be aware that if your bid is successful, the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security.
G) The Contract Data will confirm the details of the relevant contract dates and durations. From 1.10.2014, the Government is introducing its new Cyber Essentials Scheme. Government has developed Cyber Essentials, in consultation with industry, to mitigate the risk from common internet based threats.
It will be mandatory for new Central Government contracts, which feature characteristics involving the handling of personal data and ICT systems designed to store or process data at the OFFICIAL level of the Government Security Classifications scheme (link below), to comply with Cyber Essentials. Potential tenderers for Central Government contracts, featuring the above characteristics, should make themselves aware of Cyber Essentials and the requirements for the appropriate level of certification. The link below to the Gov.uk website provides further information:
H) Dates stated are indicative and may be subject to change.
VI.4) Procedures for review
VI.4.1) Review body
Official name: As I.1)
Town: As I.1)
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Highways England will incorporate a minimum 10 day standstill period at the point information on award of the contract is communicated to tenderers. Appeals should be lodged in accordance with the Public Contracts Regulations 2015 (SI 2006 No 5) as amended.
VI.5) Date of dispatch of this notice:2016-08-26