Awarded contract

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

  • HAMPSHIRE COUNTY COUNCIL

F03: Contract award notice

Notice reference: 2024/S 000-002697

Published 26 January 2024, 10:48am



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238ZB

Contact

Strategic Procurement

Email

strategic.procurement@hants.gov.uk

Country

United Kingdom

NUTS code

UKJ36 - Central Hampshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.hants.gov.uk/

Buyer's address

http://www.in-tendhost.co.uk/hampshire

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

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

Reference number

ET19808

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short 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.

This is 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.

Number of suppliers on each Lot are as follows:

Lot 1 - 4

Lot 2 East - 6

Lot 2 West - 6

Lot 3 - 6

Lot 4 - 4

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £500,000,000

two.2) Description

two.2.1) Title

Lot 1 (Gen5-1): Works with a maximum value of £350,000

Lot No

1

two.2.2) Additional CPV code(s)

  • 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

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth
  • UKJ32 - Southampton
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire
Main site or place of performance

Across the county of Hampshire.

two.2.4) Description of the procurement

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)

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.14) Additional information

Price is not the only award criterion and all criteria were stated in the procurement documents.

two.2) Description

two.2.1) Title

Lot 2 (East): Works in South East England with a maximum value of £5,000,000

Lot No

2

two.2.2) Additional CPV code(s)

  • 34922000 - Road-marking equipment
  • 45111000 - Demolition, site preparation and clearance work
  • 45112100 - Trench-digging work
  • 45112200 - Soil-stripping work
  • 45112210 - Topsoil-stripping work
  • 45112310 - Infill work
  • 45112400 - Excavating work
  • 45112500 - Earthmoving work
  • 45112730 - Landscaping work for roads and motorways
  • 45113000 - Siteworks
  • 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
  • 45262210 - Foundation work
  • 45262211 - Pile driving
  • 45262300 - Concrete work
  • 45262400 - Structural steel erection work
  • 45262640 - Environmental improvement works
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Lot 2 - East, the counties of Buckinghamshire, Oxfordshire, Berkshire, Hampshire, Isle of Wight, Surrey, West Sussex, East Sussex and Kent

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.14) Additional information

Price is not the only award criterion and all criteria were stated in the procurement documents.

two.2) Description

two.2.1) Title

Lot 2 (West): Works in South West England with a maximum value of £5,000,000

Lot No

3

two.2.2) Additional CPV code(s)

  • 34922000 - Road-marking equipment
  • 45111000 - Demolition, site preparation and clearance work
  • 45112100 - Trench-digging work
  • 45112200 - Soil-stripping work
  • 45112310 - Infill work
  • 45112400 - Excavating work
  • 45112500 - Earthmoving work
  • 45112730 - Landscaping work for roads and motorways
  • 45113000 - Siteworks
  • 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
  • 45262210 - Foundation work
  • 45262211 - Pile driving
  • 45262300 - Concrete work
  • 45262400 - Structural steel erection work
  • 45262640 - Environmental improvement works
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

Lot 2 - West: Gloucestershire, Wiltshire, Dorset, Somerset, Devon and Cornwall with further details on geographical scope set out in section 1.5 of Framework Contract Volume 0 document within the ITT.

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.14) Additional information

Price is not the only award criterion and all criteria were stated in the procurement documents.

two.2) Description

two.2.1) Title

Lot 3: Works with a value between £4,000,000 and £25,000,000

Lot No

4

two.2.2) Additional CPV code(s)

  • 34922000 - Road-marking equipment
  • 45111000 - Demolition, site preparation and clearance work
  • 45112100 - Trench-digging work
  • 45112200 - Soil-stripping work
  • 45112210 - Topsoil-stripping work
  • 45112310 - Infill work
  • 45112400 - Excavating work
  • 45112500 - Earthmoving work
  • 45112600 - Cut and fill
  • 45112730 - Landscaping work for roads and motorways
  • 45113000 - Siteworks
  • 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
  • 45262210 - Foundation work
  • 45262211 - Pile driving
  • 45262300 - Concrete work
  • 45262400 - Structural steel erection work
  • 45262640 - Environmental improvement works
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)
Main site or place of performance

The counties of Buckinghamshire, Oxfordshire, Berkshire, Hampshire, Isle of Wight, Surrey, West Sussex, East Sussex, Kent, Gloucestershire, Wiltshire, Dorset, Somerset, Devon and Cornwall.

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.14) Additional information

Price is not the only award criterion and all criteria were stated in the procurement documents.

two.2) Description

two.2.1) Title

Lot 4: Works with a value between £20,000,000 and £175,000,000

Lot No

5

two.2.2) Additional CPV code(s)

  • 34922000 - Road-marking equipment
  • 45111000 - Demolition, site preparation and clearance work
  • 45112100 - Trench-digging work
  • 45112200 - Soil-stripping work
  • 45112210 - Topsoil-stripping work
  • 45112310 - Infill work
  • 45112400 - Excavating work
  • 45112500 - Earthmoving work
  • 45112600 - Cut and fill
  • 45112730 - Landscaping work for roads and motorways
  • 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
  • 45262210 - Foundation work
  • 45262211 - Pile driving
  • 45262300 - Concrete work
  • 45262400 - Structural steel erection work
  • 45262640 - Environmental improvement works
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 71310000 - Consultative engineering and construction services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)
Main site or place of performance

The counties of Buckinghamshire, Oxfordshire, Berkshire, Hampshire, Isle of Wight, Surrey, West Sussex, East Sussex, Kent, Gloucestershire, Wiltshire, Dorset, Somerset, Devon and Cornwall.

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.14) Additional information

Price is not the only award criterion and all criteria were stated in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-015421


Section five. Award of contract

Lot No

1

Title

Gen5 Lot 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Rocon Contractors Ltd

Bramley nr. Winchester

Country

United Kingdom

NUTS code
  • UKJ36 - Central Hampshire
Companies House

732319

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

1

Title

Gen5 Lot 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Mays Technical Ltd

Portsmouth

Country

United Kingdom

NUTS code
  • UKJ31 - Portsmouth
Companies House

13429007

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

1

Title

Gen5 Lot 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Hope & Clay (Construction) Ltd

Silchester

Country

United Kingdom

NUTS code
  • UKJ37 - North Hampshire
Companies House

1912296

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

1

Title

Gen5 Lot 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

B & M McHugh Ltd

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

915420

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 East

Title

Gen5 Lot 2 East

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Milestone Infrastructure Ltd

Stevenage

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
Companies House

13007933

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 West

Title

Gen5 Lot 2 West

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Milestone Infrastructure Ltd

Stevenage

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
Companies House

13007933

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 3

Title

Gen5 Lot 3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Milestone Infrastructure Ltd

Stevenage

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
Companies House

13007933

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 East

Title

Gen5 Lot 2 East

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Knights Brown Construction Ltd

Ringwood

Country

United Kingdom

NUTS code
  • UKJ35 - South Hampshire
Companies House

2081940

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 West

Title

Gen5 Lot 2 West

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Knights Brown Construction Ltd

Ringwood

Country

United Kingdom

NUTS code
  • UKJ35 - South Hampshire
Companies House

2081940

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 3

Title

Gen5 Lot 3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Knights Brown Construction Ltd

Ringwood

Country

United Kingdom

NUTS code
  • UKJ35 - South Hampshire
Companies House

2081940

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 East

Title

Gen5 Lot 2 East

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Colas Limited

Birmingham

Country

United Kingdom

NUTS code
  • UKG32 - Solihull
Companies House

2644726

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 West

Title

Gen 5 Lot 2 West

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Colas Limited

Birmingham

Country

United Kingdom

NUTS code
  • UKG32 - Solihull
Companies House

2644726

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 3

Title

Gen5 Lot 3 Colas Ltd

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Colas Limited

Birmingham

Country

United Kingdom

NUTS code
  • UKG32 - Solihull
Companies House

2644726

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 East

Title

Gen5 Lot 2 East

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Octavius Infrastructure Ltd

Reigate

Country

United Kingdom

NUTS code
  • UKJ26 - East Surrey
Companies House

10735268

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 West

Title

Gen5 Lot 2 West

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Octavius Infrastructure Ltd

Reigate

Country

United Kingdom

NUTS code
  • UKJ26 - East Surrey
Companies House

10735268

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 3

Title

Gen5 Lot 3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Octavius Infrastructure Ltd

Reigate

Country

United Kingdom

NUTS code
  • UKJ26 - East Surrey
Companies House

10735268

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 East

Title

Gen5 Lot 2 East

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Mildren Construction Ltd

Christchurch

Country

United Kingdom

NUTS code
  • UKK24 - Bournemouth, Christchurch and Poole
Companies House

2136748

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 West

Title

Gen5 Lot 2 West

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Mildren Construction Ltd

Christchurch

Country

United Kingdom

NUTS code
  • UKK24 - Bournemouth, Christchurch and Poole
Companies House

2136748

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 East

Title

Gen5 Lot 2 East

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Jackson Civil Engineering Group Ltd

Ipswich

Country

United Kingdom

NUTS code
  • UKH14 - Suffolk
Companies House

6778819

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 3

Title

Gen5 Lot 3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Jackson Civil Engineering Group Ltd

Ipswich

Country

United Kingdom

NUTS code
  • UKH14 - Suffolk
Companies House

6778819

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 2 West

Title

Gen5 Lot 2 West

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Alun Griffiths (Contractors) Limited

Abergavenny

Country

United Kingdom

NUTS code
  • UKL - Wales
Companies House

1493003

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 3

Title

Gen5 Lot 3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Griffiths Farrans JV

Abergavenny

Country

United Kingdom

NUTS code
  • UKL - Wales
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 4

Title

Gen5 Lot 4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

VolkerFitzpatrick Limited

Hoddesdon

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
Companies House

2387700

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 4

Title

Gen5 Lot 4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

John Graham Construction Ltd

Hillsborough

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Companies House

NI 3503

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 4

Title

Gen5 Lot 4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Galliford Try Construction Limited

Uxbridge

Country

United Kingdom

NUTS code
  • UKI7 - Outer London – West and North West
Companies House

2472080

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Lot No

Lot 4

Title

Gen5 Lot 4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 January 2024

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

BAM Nuttall Limited

Camberley

Country

United Kingdom

NUTS code
  • UKJ25 - West Surrey
Companies House

305189

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000,000


Section six. Complementary information

six.3) Additional information

The Framework Contract is 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.

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 of the Framework documents.

The Framework will be available to Participating Authorities, who can call-off from the Framework and 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 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 include:

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 include:

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 include:

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.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom