The
report was presented by Paul Fermer, Director of Highways and
Operations. He confirmed that with the existing
highways maintenance contract with M-Group Infrastructure
(Milestone) being set to expire on 31st March 2025 there
would be a substantial procurement exercise to undertake for the
new contract. A robust governance
process was being put in place to manage the project, including an
Officer Working Group and a Portfolio Holders (Councillor Andrew
Gant, Cabinet Member for Highway Management and Councillor Calum
Miller, Cabinet Member for Finance) & Corporate Director
Steering Group. It was being ensured
that Cabinet would have full visibility of the project and they
were taking formal decisions at three key stages within the
project. These were the presentation and approval of proposed approach
(October ’22), confirmation and
approval of the preferred model to develop (March ’23)
and approval to procure the preferred model
(September ’23).
In response to
questions from the Committee, Councillor Gant, Mr Fermer and
Melissa Sage, Head of Procurement
Contract Management,made the following points:
- The paper focused on
process and governance as they were applicable to this
meeting. The specific details of the
proposed contract options would be set out in a report to Cabinet
the following week. This included the
work of the external contractor DM Squared and how they ranked the
options that were available. The
Officer Working Group and the Portfolio Holders & Corporate
Director Steering Group are both held on a
monthly basis.
- Assurance was sought that
risks were being mitigated in relation to bidders. Members were advised that robust policies,
processes and templates had been
established and whilst there was always the potential for losing
bidders to legally challenge the processes, the Council’s
recording of its course of action would be fully documented.
- Further information was sought on the estimate that
consultations support would cost in the order of
£400k. It was stated in response
that this took into account experience
of a previous contract and benchmarking against the spending of
other local authorities. It was
important to have the right level of resource and capability both
in terms of service and legal knowledge.
- The tender process
included a first stage where the whole market was involved
in order to assess interest. The top few in the scoring would be taken through
to the creation of the tender bid.
There would not be a competitive dialogue where there were several
iterations of the tender submission.
The suppliers would only submit one full tender bid. It was to be determined how many lots there were
under the one tender. The specification
of the tender and how many contractors were involved in the final
contract was also yet to be determined as the final decision on the
preferred model would be made by Cabinet. Each tenderer would be assessed on their own
social value and how it would benefit the contract.
- The overall length of
contract and breaks was the next stage of the process for
consideration.
- The contract will cover
the whole of Oxfordshire but exclude the unclassified network
within the City as the City have a long standing right they have enacted (under s42 of the highways
act) to undertake maintenance works.
There was confidence that contract award by March 2024 was doable,
taking into account the procurement
strategy. The Committee was informed
that for a contract of this size, there was not a commitment to
future funding but to give an indication, past funding levels and
volumes of work were reviewed.
Contractors would need to make a judgement on the pricing in the
current financial climate.
The Committee
recommended that a member of the procurement team was appointed to
the project team in response to lessons learned from previous
contracts.
RESOLVED: That the Committee
NOTED the governance in place and associated process being
followed for the procurement of the future highway maintenance
contract.