Generation 5 (Gen5) Civil Engineering, Highways and Transportation Collaborative Framework 2024 - 2028

A Tender Notice
by HAMPSHIRE COUNTY COUNCIL

Source
Find a Tender
Type
Framework (Works)
Duration
4 year
Value
£326M-£500M
Sector
CONSTRUCTION
Published
31 May 2023
Delivery
To 05 Jan 2028 (est.)
Deadline
03 Jul 2023 13:00

Concepts

Location

Portsmouth: Across the County of Hampshire

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

This Framework replaces the Contracting Authority's current Gen 4-1, Gen 4-2 and Gen 4-3 Frameworks. These support the Universal Services Directorate Highways, Engineering and Transport team in procuring their civil engineering, highways and transportation infrastructure development related construction works. Further details are within the Lot descriptions. Spend under the existing frameworks is as follows: Gen 4-1 Notice amount £100m Award spend to date November 22 £4.5m Gen 4-2 Notice amount £500m Award spend to date November 22 £65m Gen 4-3 Notice amount £500m Award spend to date November 22 £165m Gen-5 will be a lotted framework with a number of suppliers on each Lot. Each Lot is designed around project value i.e. small value, mid value and high value projects and with some geographical scope lotting (see Lot 2 East/West). Lot Project Values The Framework consists of Lots split by project value as follows: Lot 1 - up to £350k Lot 2 - East or West up to £5 million Lot 3 - £4m-£25 million Lot 4 - £20m-£175million Lot anticipated spend under the Framework Lot 1 - £5m-£6million Lot 2 East and West - £35m-£50million Lot 3 - £40m-£70million Lot 4 - £50m-£150million Geographical Scope The Lots have varying geographical coverage as set out below: Lot 1 - the County of Hampshire including Portsmouth and Southampton Lot 2 East - the counties of Buckinghamshire, Oxfordshire, Berkshire, Hampshire, Isle of Wight, Surrey, West Sussex, East Sussex and Kent Lot 2 West - the counties of Gloucestershire, Wiltshire, Dorset, Somerset, Devon and Cornwall Lots 3 and 4 - the counties within Lot 2 East and West combined and mentioned above. Maximum number of Supplier places on each Lot Lot 1 - 4 Lot 2 East - 6 Lot 2 West - 6 Lot 3 - 6 Lot 4 - 4 Restrictions on award

Lot Division

1 Gen5-1): Works with a maximum value of £350,000
  • Value: £6M

Framework Scope for Lot 1 The Core Scope for Lot 1 includes the following: Civils and surfacing works associated with carriageway, cycleway and footway construction (including foundation, surfacing and kerbs) for highways improvement and safety works Civils works associated with traffic signals (not including installation of traffic signals) Construction of minor public realm works (including high spec. paving and street furniture) Construction works associated with the installation of small-scale highway and land drainage. Enabling works for 3rd party utility diversions and site clearance Provision of traffic management on the public highway The Secondary Scope for Lot 1 includes the following: Construction of pedestrian and cycle facilities in rural areas and parks Construction of countryside footways (non-metalled surfaces) Small-scale retaining structures (no higher than 1.5m) Winter maintenance support Accommodation works for larger civil engineering and construction projects Minor works for new developments (under Section 38 and 278 of the Highways Act) Minor external works on properties containing children and vulnerable adults Minor external works to public sector property Construction of car parks Civils works associated with street lighting installation Civils works associated with Electric Vehicle (EV) charging point installation and other renewable energy installations associated with highways Civils works associated with static Variable Message Signs (VMS) Installation of Vehicle Restraint Systems (VRS) Drainage clearance works (including jetting, rodding and CCTV inspections) Minor civil engineering and site clearance works along canals and rivers Minor flood alleviation works Construction of water treatment, SUDS and other foul and storm water management systems Enabling works associated with soft landscaping (topsoiling, tree pits and clearance) Additional information: Suppliers must pass the Selection Stage to be invited to the tender stage. Details of the Selection Stage criteria are found within the Invitation to Tender documents. Four (4) suppliers will be awarded to this Lot 1.

2 East): Works in South East England with a maximum value of £5,000,000
  • Value: £50M

The Core and Secondary Scope for Lots 2 (East), 2 (West) and 3 are the same, with the only difference being complexity and a larger value for Lot 3. The Core Scope for Lot 2 (East) includes the following: Civils works associated with the construction of complex highway safety and improvement works (including carriageway, footway and cycle facilities construction, junction improvements including at-grade priority junctions and roundabouts, civils works associated with Intelligent Transport Systems (ITS - not including the installation of traffic signals) etc.) Construction of highway drainage Construction of public realm works (including high spec. paving and street furniture etc.) Construction and repair of highways structures (including culverts, bridges, retaining walls etc.) Flood alleviation works Provision and design of traffic management The Secondary Scope for Lots 2 (East) includes the following: Contractor designed elements (including retaining walls or foundations) Enabling works for 3rd party utility diversions Installation of Vehicle Restraint Systems (VRS) Significant construction works associated with rivers and canals Works associated with soft landscaping (topsoiling, tree pits and clearance) Construction of waste services and recycling facilities (including Home Waste Recycling Centres - HWRC) Earthworks and embankment stabilisation works Significant external works on properties containing children and vulnerable adults Significant external works to public sector property Installation and construction of deep drainage systems Significant civil engineering and ground works associated with developments Significant highways, civil engineering and ground works for new developments (under Section 38 and 278 of the Highways Act) Construction of car parks Civils works associated with electrical equipment such as street lighting, EV charging points and static Variable Message Signs (VMS) Construction of sea defence and coastal works Environmental and ecological works and services Works to third party property associated with wider civil engineering projects. Construction of sustainable or active travel hubs (combination of cycle and e-vehicle facilities) Civils works associated with light rail and similar infrastructure Civils works at airports and similar infrastructure Civils works at ports and similar infrastructure Major Maintenance projects Working with national infrastructure agencies (including Network Rail, National Highways, National Grid etc.) Low rise / low complexity building works associated with wider civil engineering projects Additional information: Suppliers must pass the Selection Stage to be invited to the tender stage. Details of the Selection Stage criteria are found within the Invitation to Tender documents. Six (6) suppliers will be awarded to this Lot 2 East.

3 West): Works in South West England with a maximum value of £5,000,000
  • Value: £50M

The Core and Secondary Scope for Lots 2 (East), 2 (West) and 3 are the same, with the only difference being complexity and a larger value for Lot 3. The Core Scope for Lot 2 (West) includes the following: Civils works associated with the construction of complex highway safety and improvement works (including carriageway, footway and cycle facilities construction, junction improvements including at-grade priority junctions and roundabouts, civils works associated with Intelligent Transport Systems (ITS - not including the installation of traffic signals) etc.) Construction of highway drainage Construction of public realm works (including high spec. paving and street furniture etc.) Construction and repair of highways structures (including culverts, bridges, retaining walls etc.) Flood alleviation works Provision and design of traffic management The Secondary Scope for Lots 2 (West) includes the following: Contractor designed elements (including retaining walls or foundations) Enabling works for 3rd party utility diversions Installation of Vehicle Restraint Systems (VRS) Significant construction works associated with rivers and canals Works associated with soft landscaping (topsoiling, tree pits and clearance) Construction of waste services and recycling facilities (including Home Waste Recycling Centres - HWRC) Earthworks and embankment stabilisation works Significant external works on properties containing children and vulnerable adults Significant external works to public sector property Installation and construction of deep drainage systems Significant civil engineering and ground works associated with developments Significant highways, civil engineering and ground works for new developments (under Section 38 and 278 of the Highways Act) Construction of car parks Civils works associated with electrical equipment such as street lighting, EV charging points and static Variable Message Signs (VMS) Construction of sea defence and coastal works Environmental and ecological works and services Works to third party property associated with wider civil engineering projects. Construction of sustainable or active travel hubs (combination of cycle and e-vehicle facilities) Civils works associated with light rail and similar infrastructure Civils works at airports and similar infrastructure Civils works at ports and similar infrastructure Major Maintenance projects Working with national infrastructure agencies (including Network Rail, National Highways, National Grid etc.) Low rise / low complexity building works associated with wider civil engineering projects Additional information: Suppliers must pass the Selection Stage to be invited to the tender stage. Details of the Selection Stage criteria are found within the Invitation to Tender documents. Six suppliers will be awarded to this Lot 2 West.

4 Works with a value between £4,000,000 and £25,000,000
  • Value: £70M

The Core and Secondary Scope for Lots 2 (East), 2 (West) and 3 are the same, with the only difference being complexity and a larger value for Lot 3. The Core Scope for Lot 3 includes the following: Civils works associated with the construction of complex highway safety and improvement works (including carriageway, footway and cycle facilities construction, junction improvements including at-grade priority junctions and roundabouts, civils works associated with Intelligent Transport Systems (ITS - not including the installation of traffic signals) etc.) Construction of highway drainage Construction of public realm works (including high spec. paving and street furniture etc.) Construction and repair of highways structures (including culverts, bridges, retaining walls etc.) Flood alleviation works Provision and design of traffic management In addition to the Lot 2 core scope, Lot 3 also includes: Design and construction of civil engineering, highways and transportation projects. Provision of Early Contractor Involvement (ECI) services The Secondary Scope for Lot 3 includes the following: Contractor designed elements (including retaining walls or foundations) Enabling works for 3rd party utility diversions Installation of Vehicle Restraint Systems (VRS) Significant construction works associated with rivers and canals Works associated with soft landscaping (topsoiling, tree pits and clearance) Construction of waste services and recycling facilities (including Home Waste Recycling Centres - HWRC) Earthworks and embankment stabilisation works Significant external works on properties containing children and vulnerable adults Significant external works to public sector property Installation and construction of deep drainage systems Significant civil engineering and ground works associated with developments Significant highways, civil engineering and ground works for new developments (under Section 38 and 278 of the Highways Act) Construction of car parks Civils works associated with electrical equipment such as street lighting, EV charging points and static Variable Message Signs (VMS) Construction of sea defence and coastal works Environmental and ecological works and services Works to third party property associated with wider civil engineering projects. Construction of sustainable or active travel hubs (combination of cycle and e-vehicle facilities) Civils works associated with light rail and similar infrastructure Civils works at airports and similar infrastructure Civils works at ports and similar infrastructure Major Maintenance projects Working with national infrastructure agencies (including Network Rail, National Highways, National Grid etc.) Low rise / low complexity building works associated with wider civil engineering projects Additional information: Suppliers must pass the Selection Stage to be invited to the tender stage. Details of the Selection Stage criteria are found within the Invitation to Tender documents. Six (6) suppliers will be awarded to this Lot 3.

5 Works with a value between £20,000,000 and £175,000,000
  • Value: £150M

Framework Scope for Lot 4 The Core Scope for Lot 4 includes the following: Civils works associated with the construction of highly complex and large scale highway improvement works (including carriageway, footway and cycle facilities construction, junction improvements including major at-grade priority junctions and roundabouts, civils works associated with Intelligent Transport Systems (ITS - not including the installation of traffic signals), construction of highways drainage etc.) Construction and replacement of large scale and complex highways structures (including bridges, culverts, retaining walls etc.) Large scale flood alleviation and water management works Design and construction of large-scale civil engineering, highways and transportation projects. Provision of Early Contractor Involvement (ECI) services, which may include completion of planning documents, estimating, programming, product advice, buildability advice and supply chain intelligence / advice Provision and design of traffic management services The Secondary Scope for Lot 4 includes the following: Contractor designed elements (including retaining walls or foundations) Enabling works for 3rd party utility diversions Significant external works to 3rd party or public sector property which may contain children and vulnerable adults, associated with large scale civil engineering, highways and transportation projects. Significant civil engineering and ground works associated with developments Significant highways, civil engineering and ground works for new developments (under Section 38 and 278 of the Highways Act) Construction of car parks Civils works associated with electrical equipment such as street lighting, EV charging points and static Variable Message Signs (VMS) Construction of large-scale sea defence and coastal works Construction of water treatment, SUDS and other foul and storm water management systems Installation and construction of deep drainage systems Works to third party property associated with wider civil engineering, highways and transportation projects. Large scale construction works associated with rivers and canals Construction of sustainable or active travel hubs (combination of cycle and e-vehicle facilities) Installation of Vehicle Restraint Systems (VRS) Works associated with soft landscaping (topsoiling, tree pits and clearance) Environmental and ecological works and services Construction of large-scale waste services and recycling facilities Earthworks and embankment stabilisation works Work to rail, light rail and similar infrastructure Work to airports and similar infrastructure Work to ports and similar infrastructure Working with national infrastructure agencies (including Network Rail, National Highways, National Grid etc.) Construction of buildings / minor structures associated with wider large scale civil projects Additional information: Suppliers must pass the Selection Stage to be invited to the tender stage. Details of the Selection Stage criteria are found within the Invitation to Tender documents. Four (4) suppliers will be awarded to this Lot 4.

CPV Codes

  • 45200000 - Works for complete or part construction and civil engineering work
  • 34922000 - Road-marking equipment
  • 34929000 - Highway materials
  • 45111000 - Demolition, site preparation and clearance work
  • 45112400 - Excavating work
  • 45112500 - Earthmoving work
  • 45213300 - Buildings associated with transport
  • 45213310 - Construction work for buildings relating to road transport
  • 45220000 - Engineering works and construction works
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45243000 - Coastal-defence works
  • 45244000 - Marine construction works
  • 45262300 - Concrete work
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 71510000 - Site-investigation services
  • 45112100 - Trench-digging work
  • 45112200 - Soil-stripping work
  • 45112210 - Topsoil-stripping work
  • 45112310 - Infill work
  • 45112730 - Landscaping work for roads and motorways
  • 45113000 - Siteworks
  • 45262210 - Foundation work
  • 45262211 - Pile driving
  • 45262400 - Structural steel erection work
  • 45262640 - Environmental improvement works
  • 45112600 - Cut and fill
  • 71310000 - Consultative engineering and construction services
  • 71322000 - Engineering design services for the construction of civil engineering works

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Professional qualifications are sought.

Other Information

Suppliers will be restricted to which Lots they can be awarded to, as set out below: Lot 1 - Suppliers can be on Lot 1 only Lot 2 East - Suppliers awarded to Lot 2 East can also be on Lot 2 West and / or Lot 3 Lot 2 West - Suppliers awarded to Lot 2 West can also be on Lot 2 East and /or Lot 3 Lot 3 - Suppliers awarded to Lot 3 can also be on Lot 2 East and/or Lot 2 West Lot 4 - Suppliers can be on Lot 4 only Suppliers can apply for any Lot or all Lots however, suppliers will need to express a preference for awards in line with the above restrictions. This preference will be captured within responses to the Selection Questionnaire. ** PREVIEW NOTICE, please check Find a Tender for full details. ** The Framework Contract will be managed by the Contracting Authority, (Hampshire County Council) through a dedicated team for day-to-day operations to ensure consistency and facilitate the sharing of best practice. This Generation 5 Civil Engineering, Highways and Transportation Collaborative Framework is a Framework Agreement and hence being selected for a place on the Framework does not guarantee the award of any work through it. All Work or Time Charge Orders will be awarded through either a direct award or mini-competition process which are defined within the Selection and Quotation Procedures for each individual Lot in Sections 9 and 10 (for Lot 1), 13 and 14 (for Lot 2 East and West), 17 and 18 (for Lot 3) and 21 and 22 (for Lot 4). If a Supplier does not wish to bid for or be awarded a Work or Time Charge Order, they may deselect themselves. The Framework will be available to Participating Authorities, who can call-off from the Framework, as stated within this document and who will manage the individual call-off contracts. Call-off contracts can be awarded by the Contracting Authority for the Framework Agreement (Hampshire County Council) or any of the Participating Authorities which meet the criteria described below and in Section 7 of the Framework Contract Volume 0 document. Participating Authorities Participating Authorities for Lot 1 Only Lot 1 of this Framework Agreement is available to public sector bodies, responsible for public funds, who work and wish to deliver works that reflect the Scope within the geographical area of the County of Hampshire, including the cities of Portsmouth and Southampton. This includes any Authority's statutory successor that may result from national or local government reorganisation, boundary changes or changes in legislation or the formation of new Authority's that are considered as Public Sector and responsible for public funds. Public bodies who can use the framework are: Local Authorities (including County Councils, Unitary Authorities, District/Borough/City Councils, Town Councils and Parish Councils), combined authorities, Local Authority regulated companies including arm's length management organisations, Police Authorities, Fire Authorities (including Fire and Rescue Authorities), other emergency services, Highways authorities, drainage boards, coastal authorities, canal authorities, bridge boards and authorities, Educational Establishments (including schools maintained by a Local Authority, Academies, City Technology Colleges, the Learning and Skills Council, University Technical Colleges, University Purchasing Consortium, Further Education Establishments and Universities) These organisations can only access the Framework Agreement to procure call-offs once they have signed a Participating Authority Agreement with the Contracting Authority. There is no obligation for any organisations to use the Framework. Participating Authorities for Lot 2 (East) and Lot 2 (West) Only This Framework Agreement is available to public sector bodies, responsible for public funds, who work and wish to deliver works that reflect the Scope in the geographical areas of the counties (including all cities contained within the counties) listed below: Lot 2 East Berkshire Buckinghamshire East Sussex Hampshire Isle of Wight Kent Oxfordshire Surrey West Sussex Lot 2 West Cornwall Devon Dorset Gloucestershire Somerset Wiltshire This includes any Authority's statutory successor that may result from national or local government reorganisation, boundary changes or changes in legislation or the formation of new Authority's that are considered as Public Sector and responsible for public funds. Public bodies who can use the framework are: Local Authorities (including County Councils, Unitary Authorities, District/Borough/City Councils, Town Councils and Parish Councils), combined authorities, Local Authority regulated companies including arm's length management organisations, National Health Service (NHS) bodies, Police Authorities, Fire Authorities (including Fire and Rescue Authorities), other emergency services, Highways authorities, drainage boards, coastal authorities, bridge boards and authorities, Educational Establishments (including schools maintained by a Local Authority, Academies, City Technology Colleges, the Learning and Skills Council, University Technical Colleges, University Purchasing Consortium, Further Education Establishments and Universities) These organisations can only access the Framework Agreement to procure call-offs once they have signed a Participating Authority Agreement with the Contracting Authority. There is no obligation for any organisations to use the Framework. Participating Authorities for Lots 3 and 4 Only This Framework Agreement is available to public sector bodies, responsible for public funds, who work and wish to deliver works that reflect the Scope in the geographical areas of the counties (including all cities contained within the counties) listed below: Berkshire Buckinghamshire Cornwall Devon Dorset East Sussex Gloucestershire Hampshire Isle of Wight Kent Oxfordshire Somerset Surrey West Sussex Wiltshire This includes any Authority's statutory successor that may result from national or local government reorganisation, boundary changes or changes in legislation or the formation of new Authority's that are considered as Public Sector and responsible for public funds. Public bodies who can use the framework are: Local Authorities (including County Councils, Unitary Authorities, District/Borough/City Councils, Town Councils and Parish Councils), combined authorities, Local Authority regulated companies including arm's length management organisations, National Health Service (NHS) bodies, Police Authorities, Fire Authorities (including Fire and Rescue Authorities), other emergency services, Highways authorities, drainage boards, coastal authorities, bridge boards and authorities, Educational Establishments (including schools maintained by a Local Authority, Academies, City Technology Colleges, the Learning and Skills Council, University Technical Colleges, University Purchasing Consortium, Further Education Establishments and Universities) These organisations can only access the Framework Agreement to procure call-offs once they have signed a Participating Authority Agreement with the Contracting Authority. There is no obligation for any organisations to use the Framework.

Reference

Domains