Roads and Infrastructure Framework

A Tender Notice
by SOUTH LANARKSHIRE COUNCIL

Source
Find a Tender
Type
Framework (Works)
Duration
4 year
Value
£24M
Sector
CONSTRUCTION
Published
27 Jan 2023
Delivery
To 03 Oct 2027 (est.)
Deadline
10 Mar 2023 12:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

Description

The Council’s Procurement Service require to create a new generation Multi-Disciplined Roads and Infrastructure Framework for use by primarily Community and Enterprise Resources and Housing and Technical Resources. The framework will be accessible by any resource within the Council. The Framework Contract will be governed under the NEC3 Framework Contract April 2013 and will cover a range of works/services lots as follows: Lot 1 - Roads Network Improvements Lot 2 - Roads Routine Maintenance (Labour and Plant only) Lot 3 - Temporary Traffic Management Services Lot 4 - Maintenance of Council Bridges and Structures Lot 5 - Water Infrastructure Services Lot 6 - Outdoor Infrastructure Works including play Lot 7 - Groundworks The new framework will be procured via open procedure on the most economically advantageous tender (MEAT) criterion which enables the Council to take account of criteria that reflect qualitative, technical, and sustainable aspects of the tender submission as well as price when reaching a decision. All call-offs under the framework will be based on MEAT. No work will be guaranteed to any Contractor under the Framework Agreement. The Council has adopted a sequential opening process for any tender exercise conducted per the following stages:

Lot Division

1 Roads Network Improvements
  • Value: £5M

The lot includes elements of; road drainage, kerbing, ducting, surfacing, and other works associated with the maintenance of the Council's Road Network. All call-off contracts awarded under Lot 1 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All call-off contracts will be awarded via either Direct Award or Mini-competition as detailed in the Framework Information available on PCS-Tender (Attachment 4).

Award Criteria
Technical 40
price 60
2 Roads Routine Maintenance (Labour and Plant only)
  • Value: £2M

The lot includes the provision of labour and plant and will include elements of; road drainage, kerbing, ducting, surfacing, plant/labour associated with winter maintenance and other works associated with the maintenance of the road network. All call-off contracts awarded from the Framework under Lot 2 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All call-off contracts will be awarded via either Direct Award or Mini-competition.

Award Criteria
Technical 40
price 60
3 Temporary Traffic Management Services
  • Value: £2M

The lot includes for both planned and emergency requirements includes the provision, set up, maintenance and removal of all associated equipment for the Council’s Roads operational areas. Call-off Contracts awarded under Lot 3 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All Call-off contracts will be awarded via either Direct Award or Mini-competition.

Award Criteria
Technical 40
price 60
4 Maintenance of Council Bridges and Structures
  • Value: £3M

The lot includes various structural maintenance, repair, refurbishment and improvement schemes on publicly owned bridges, culverts and retaining walls within South Lanarkshire. The operations to be covered may be planned, routine or reactive, as derived from programmed inspections carried out on the asset, or otherwise be undertaken on an emergency basis. Call-off Contracts awarded under Lot 4 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and NEC3 Engineering and Construction Contract, Option B and the Method of Measurement is the Highway Works. All Call-off contracts will be awarded via either Direct Award or Mini-competition.

Award Criteria
Technical 40
price 60
5 Water Infrastructure Services
  • Value: £2M

The lot will be accessed by Roads, Transportation and Fleet Services and Housing and Technical Resources. The services will include the road network and domestic and commercial properties. The lot includes conducting works/services on the South Lanarkshire surface water drainage systems, watercourses, and domestic dwellings. The works/services will include, but not be limited to: CCTV surveying, jetting, and cleaning by high pressure water, civil engineering works, investigative works, drainage etc. Call-off Contracts awarded under Lot 5 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All Call-off contracts will be awarded via either Direct Award or Mini-competition.

Award Criteria
Technical 40
price 60
6 Outdoor Infrastructure Works
  • Value: £5M

The lot includes play areas, landscape development, recreation, growing (allotment) sites, burial grounds and associated infrastructure works. The Council has prepared a sample project based on typical works package undertaken within the lot. Contracts awarded under Lot 6 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Standard Method of Measurement of Building Works Seven Edition revised 1998. All call-off contracts will be awarded via Mini-competition only for all Works under this Lot.

Award Criteria
Technical 20
price 80
7 Groundworks
  • Value: £5M

The lot includes but is not limited to excavations, concrete works, brickwork, drainage, hard/soft landscaping, piling etc. which supports the Council with programmed capital projects which include new build social housing and nursery school expansion schemes. Call-off contracts awarded under Lot 7 will be conducted in accordance with either the SBCC Minor Works Building Contract for use in Scotland, MW/Scot (2011 Edition) or the NEC3 Engineering and Construction Short Contract or the NEC3 Engineering and Construction Contract, Option B. Call-off contracts will be awarded via either Direct Award or Mini-competition.

Award Criteria
Technical 20
price 80

CPV Codes

  • 45233100 - Construction work for highways, roads
  • 45233139 - Highway maintenance work
  • 45233150 - Traffic-calming works
  • 45221100 - Construction work for bridges
  • 71631450 - Bridge-inspection services
  • 45231300 - Construction work for water and sewage pipelines
  • 45232130 - Storm-water piping construction work
  • 45211360 - Urban development construction work
  • 45212200 - Construction work for sports facilities
  • 45112723 - Landscaping work for playgrounds
  • 45111230 - Ground-stabilisation work
  • 45111240 - Ground-drainage work

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Technical restrictions apply.

Other Information

As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements for the Lot(s) they have selected. As part of Stage 2 the bidders will then be required to complete a Technical response based on technical specific questions related to the lot they have selected. As part of Stage 3 the bidders will then be required to complete Commercial response based on activities associated to the Lot(s) they have selected. As part of the tender evaluation process the Council will then request evidence from each bidder prior to any bidder being appointed to the framework. It is anticipated the Council will state the number of contractors being appointed to each lot. ** PREVIEW NOTICE, please check Find a Tender for full details. ** Prior to any appointment being made (unless the information has already been submitted during the procurement process), the successful bidder(s) will provide the undernoted certificates and declarations to evidence their compliance with the questions within the Qualification Envelope relating to the SPD (Scotland). SPD Question 2D.1 Prompt Payment Certificate SPD Question 3C.1 Blacklisting in the Construction Industry Declaration SPD Question 3D.11 Non-Collusion Certificate SPD Question 4D.1 ISO9001 2015 Quality Management or equivalent SPD Question 4D.1 Health and Safety Questionnaire (Construction) SPD Question 4D.2 ISO14001 2015 Environmental Management or equivalent SPD Question 4B.5.1 Insurance Certificates Employer’s Liability 10000000 GBP Public Liability Insurance 5000000 GBP SPD Questions 3A1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol with Police Scotland Form SPD Question 4C.6 Goods Vehicle Operator’s Licence (Appropriate to all Lots should the bidder require to operate HGV's as part of the activities associated with the lot) SPD Question 4C.6 Waste Carriers Licence (Required for Lots 1,2,4,5,6,7) SPD Question 4C.6 Certificate of Professional Competence (Driver CPC) including details and class of Driving License for all HGV Operators (Appropriate to all Lots should the bidder require to operate HGV's as part of the activities associated with the lot) SPD Question 3A.6 Modern Slavery Act 2015 Declaration The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23182. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: The Council will require the appointed contractors to agree, that as part of any awarded call-off contracts under the framework they will assist in transforming the local community through delivery of community benefits as detailed in the Framework Information (Attachment 4 on PCS-T). The Supplier will select the CB’s that will be delivered, as outlined in CB menu contained within the Framework Information, and accumulate the required number of points by offering instances or a number of instances of each Type as they see fit to do so. (SC Ref:720329)

Reference

Domains