By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Highways, Street Lighting and Network Infrastructure Term Contract.

Contract award notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Milton Keynes Council
Saxon Court, 502 Avebury Boulevard
Contact point(s): Corporate Procurement Team
MK9 3HS Milton Keynes
UNITED KINGDOM
Telephone: +44 1908691691
E-mail:

Internet address(es):

General address of the contracting authority: www.milton-keynes.gov.uk/contracts

Address of the buyer profile: https://in-tendhost.co.uk/miltonkeynescouncil/

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Highways, Street Lighting and Network Infrastructure Term Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Milton Keynes.

NUTS code UKJ12

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Provision of a Highways, Street Lighting and Highways Structures maintenance and new works term contract for Public Highways work up to 1 000 000 GBP per scheme on an exclusive basis for the selected Contractor. The Council may wish to use this contract on a non exclusive basis for works and schemes not on Public Highways; and for Highway works exceeding 1 000 000 GBP in value. It is envisaged that some inspection of Highways and Street Lighting works will be included. The Council has a large number of Porte Cocheres as part of its Highways Structures as well as bus shelters and these will be included in the contract. The contract will also include Gully cleaning; pumping stations; signs and street nameplates and some grounds maintenance (other than grass cutting).
II.1.5)Common procurement vocabulary (CPV)

45233139, 45233223, 45233251, 45221000, 45221100, 45221119, 45232450, 45232451, 45232452, 50232100, 45316110, 34928500, 34928510, 44113910, 34143000, 34928470, 34922100, 63712700, 63712710, 50232000, 45316210, 45316212, 45316200, 45233130, 45233140, 45233141, 45223200, 45233210, 90640000, 45233222

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Price. Weighting 50
2. Operational methodology and technical capability. Weighting 27
3. Functional and technical compliance with the specification. Weighting 17
4. Measuring quality. Weighting 6
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
CU2267A
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2012/S 198-325166 of 13.10.2012

Section V: Award of contract

Contract No: CU2267A Lot title: Highways, Street Lighting and Network Infrastructure - Term Contract
V.1)Date of contract award decision:
6.12.2013
V.2)Information about offers
Number of offers received: 4
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Ringway Infrastructure Services Limited
North Street, Stilton, Peterborough
PE7 3RP Cambridgeshire
UNITED KINGDOM

V.4)Information on value of contract
If annual or monthly value:
Number of years: 7
V.5)Information about subcontracting

Section VI: Complementary information

VI.1)Information about European Union funds
VI.2)Additional information:
Contract Term is 7 years with the option to extend for an additional 3 years, subject to performance.
(MT Ref:112719)
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Without prejudice to the remedies provided under Regulation 47 of the Public Contracts Regulations 2006, the Council of the Borough of Milton Keynes shall allow a period of at least 10 days to elapse between the date of despatch of its decision notifying its intention to award the contract and the date on which it proposes to enter into a contract. If by midnight at the end of second working day of the above said period the Contracting Authority receives a request in writing from an economic operator who had been sent a notice of being unsuccessful, the Authority shall inform the said economic operator of characteristics and relative advantages of the successful tender. That information shall be provided at least 3 working days before the end of aforesaid 10 days standstill period. Where it is not possible the standstill period shall be extended to allow at least 3 working days between provision of the information and the end of standstill period. Such additional information should be required from the address part 1.1. If an economic operator is not satisfied with the information provided, the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
3.2.2014