Highways Minor Works - Framework Agreement 2018 - 2022

A Contract Award Notice
by PORTSMOUTH CITY COUNCIL

Source
OJEU
Type
Framework (Works)
Duration
4 year (est.)
Value
£8M
Sector
CONSTRUCTION
Published
25 Apr 2023
Delivery
To 25 Apr 2027 (est.)
Deadline
n/a

Concepts

Location

Portsmouth

Geochart for 2 buyers and 11 suppliers

Description

Portsmouth City Council - the 'Authority' - has awarded a multi-supplier framework agreement that will be used to let minor highways works and other related works activities. The framework is divided into two Lots; one for low value and low complexity works and one for high value and high complexity works, Each Lot contains two Tiers of suppliers. The majority of works let via the framework agreement are expected to be in the region of £5k - £150k. The agreement may be used to let higher value works subject to capacity and capability of the Primary and Secondary tier framework contractors. The framework agreement will run for a term of 4 years.

Lot Division

1 Low Value & Low Complexity

This Lot will be used for Low Value and Low Complexity highways works. The Lot was established off the back of a mini-competition for a live job that would be typical of the types of work to go through this Lot. The successful suppliers on the Primary Tier are: Maebill Builders and Groundworks Limited Lockhams Construction Ltd Mildren Construction Limited Dyer & Butler Ltd GI Signage Ltd The successful suppliers on the Secondary Tier are: Eurovia Infrastructure Rocon Contractors Colas Limited PT Contractors Ltd R&W Civil Engineering Ltd

2 High Value & High Complexity

This Lot will be used for High Value and High Complexity highways works. The Lot was established off the back of a mini-competition for a live job that would be typical of the types of work to go through this Lot. The successful suppliers on the Primary Tier are: Colas Limited Mildren Construction Limited Dyer & Butler Ltd Eurovia Infrastructure Ltd PT Contractors Ltd Earlcote Construction Limited GI Signage Ltd The successful suppliers on the Secondary Tier are: R&W Civil Engineering Ltd Rocon Contractors

Award Detail

1 Colas (Crawley)
  • Highways Minor Works - Framework Agreement 2018 - 2022
  • Num offers: 20
  • Value: £8,000,000
2 Maebill Builders & Groundworks (Cosham)
  • Highways Minor Works - Framework Agreement 2018 - 2022
  • Num offers: 20
  • Value: £8,000,000
  • Contractor is an SME.
3 Lockhams Construction (Shedfield)
  • Highways Minor Works - Framework Agreement 2018 - 2022
  • Num offers: 20
  • Value: £8,000,000
  • Contractor is an SME.
4 Mildren Construction (Christchurch)
  • Highways Minor Works - Framework Agreement 2018 - 2022
  • Num offers: 20
  • Value: £8,000,000
  • Contractor is an SME.
5 Dyer & Butler (Southampton)
  • Highways Minor Works - Framework Agreement 2018 - 2022
  • Num offers: 20
  • Value: £8,000,000
6 Eurovia Infrastructure (Cheshunt)
  • Highways Minor Works - Framework Agreement 2018 - 2022
  • Num offers: 20
  • Value: £8,000,000
7 Gi Signage (Southampton)
  • Highways Minor Works - Framework Agreement 2018 - 2022
  • Num offers: 20
  • Value: £8,000,000
  • Contractor is an SME.
8 PT Contractors (Southampton)
  • Highways Minor Works - Framework Agreement 2018 - 2022
  • Num offers: 20
  • Value: £8,000,000
  • Contractor is an SME.
9 Earlcoate Construction (Fordingbridge)
  • Highways Minor Works - Framework Agreement 2018 - 2022
  • Num offers: 20
  • Value: £8,000,000
  • Contractor is an SME.
10 Rocon Contractors (Bramley)
  • Highways Minor Works - Framework Agreement 2018 - 2022
  • Num offers: 20
  • Value: £8,000,000
  • Contractor is an SME.
11 R&W Civil Engineering (Southampton)
  • Highways Minor Works - Framework Agreement 2018 - 2022
  • Num offers: 20
  • Value: £8,000,000
  • Contractor is an SME.

Renewal Options

For standard works secondary tier contractors will be held in reserve and only be invited to take part in mini-competitions where the primary tier has been reduced in number. Should this occur the top ranking contractor from the secondary tier will be moved up to the primary tier and so forth. A reduction in the number of primary tier contractors could be due to: • A primary tier contractor opts out of the project in question or opts out of the framework in general, either on a temporary or permanent basis • A primary tier contractor is removed from the framework due to insolvency, contractual performance issues or failure to provide required business information e.g. H&S or insurance certification • Where the turnover from the last audited accounts submitted by a primary tier contractor is not at least twice the value of the lowest work package being tendered To ensure that the primary tier remains competitive over the course of the framework agreement both tiers of contractors may be invited to bid for standard works with the results of the mini-competition used to re-establish the primary and secondary tiers. This option may be undertaken at any time during the framework agreement but it will be unlikely to occur more than twice in any 2 year period and is more likely to occur towards the end of the framework agreement term. Where such a competition is due to take place contractors will be given a minimum of 1 months' notice. The framework agreement will also allow for the use of special mini-competition / quotation procedures to establish project specific shortlists, programme of works specific shortlists or create further permanent framework Lots focused upon non-core niche work types, higher value works, alternative contracting strategies, etc. as required over the term of the agreement.

Award Criteria

Methodology 12.0
Resource 8.0
Programme 5.0
Total of the Prices 65.0
Overheads and Profit Percentage 10.0

CPV Codes

  • 45233139 - Highway maintenance work
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233100 - Construction work for highways, roads
  • 45233130 - Construction work for highways
  • 45233210 - Surface work for highways
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45233310 - Foundation work for highways

Indicators

  • Options are available.
  • Award on basis of price and quality.

Other Information

FRAMEWORK SCOPE OF WORKS The scope of works to be covered under the framework will include, but not be limited to the following core and non-core works: Core Works: • Carriageway and footway paving • Junction improvements • Traffic calming • Small-scale carriageway surfacing • Car park works • Cycleways • Drainage • Traffic signs • Road markings • Traffic management and traffic management design • Street lighting • Site clearance • Works from traffic signals • Minor civil engineering and groundworks Non-core: • Earthworks • Fencing • Works to rights of way • Winter maintenance support • Small-scale retaining walls and accommodation works • Specialist concrete works • School playground repairs • Site investigation works (e.g. boreholes, trial holes, underground surveys, environmental investigations including contaminated land) Core works cover work activities that are likely to be procured through the framework on a regular basis. All contractors appointed onto the framework will be required to demonstrate experience in delivering core work activities. Non-core works cover additional work activities that may be included for under the framework but are likely to be required to a far lesser extent than core works activities. Where projects let via the framework include for significant levels of non-core work activities they will follow the mini-competition / quotation procedure call off process for non-standard works whereby both tiers of contractors will be invited to participate. HIGHWAYS PFI CONTRACT The Authority entered into a 25 year Highways PFI contract in 2004 with Ensign Highways Ltd. Ensign, through their Sub-Contractor 'Colas LTD', are responsible for the Maintenance and Life Cycle Replacement Works of the Project Network.The framework will provide the Authority with the option of letting works that are classed as 'Additional Works' under the PFI contract. The Authority is not contractually obliged to let these works directly to the PFI Contractor but may still choose to do so for higher risk projects.

Reference

Domains