Opportunity

2249 Select List Framework for Highway Works 2021

  • Lincolnshire County Council

F02: Contract notice

Notice reference: 2021/S 000-007350

Published 9 April 2021, 10:01am



Section one: Contracting authority

one.1) Name and addresses

Lincolnshire County Council

County Offices, Newland

Lincoln

LN1 1YL

Contact

Miss Carla Needham

Email

carla.needham@lincolnshire.gov.uk

Telephone

+44 1234112233

Country

United Kingdom

NUTS code

UKF3 - Lincolnshire

Internet address(es)

Main address

https://www.lincolnshire.gov.uk

Buyer's address

https://www.lincolnshire.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

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

2249 Select List Framework for Highway Works 2021

Reference number

DN536727

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Lincolnshire County Council will be tendering for a Select List Framework for Highway Works contract.

These proposed framework arrangements will cover the maintenance and improvement of parts of the Lincolnshire highway network covering highway and structural maintenance, new works and other specialist services. Works within the highway may also be undertaken for any of the District Councils but Lincolnshire will remain the lead authority. Drainage works may involve activities off the highway by agreement with relevant owners. This framework will also be used to provide a tender list for Section 278 work should developers require this service.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Candidate may apply for inclusion in more than one Lot but may only apply for one of the two financial categories within General Works (Lots 1 and 2) as well as Lot 3. Candidates may be successful in achieving inclusion two lots as a maximum (either Lot 1 or 2 as well as Lot 3). It is anticipated that five contractors will be awarded a place on the framework for each lot.

two.2) Description

two.2.1) Title

General Works £0- £1.5m

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKF3 - Lincolnshire

two.2.4) Description of the procurement

Typical Schemes are likely to include a combination of the following disciplines; maintenance works, junction improvements, drainage works, bridge refurbishments, town centre improvement works and traffic signal installations. The locations may be in urban or rural Lincolnshire, on any category of road and traffic management measures are likely to be road closures, temporary traffic lights or give and take.

two.2.5) Award criteria

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

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Candidates must meet the minimum standards detailed in the SQ. Responses to certain SQ Questions will be assessed on a 'Pass/Fail' basis. Responses to other SQ Questions will be scored and weighted

The Council intends to invite the top 5 candidates who have all passed the relevant questions and have achieved the highest scores in the scored assessment to submit a tender."

Full details of the minimum standards, scored questions and weighting process are fully detailed within the procurement documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

General Works £1.5m- FTS Limit

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKF3 - Lincolnshire

two.2.4) Description of the procurement

Typical schemes will be for creation of new infrastructure/assets as well as infrastructure improvements. Multifaceted works likely to include construction of roundabouts, access roads to development sites, major widening, dualling of short sections of highway, incorporating drainage (foul and surface water), culvert/small bridge construction, traffic signal provision, street lighting and co-ordination of service diversion/installation. These projects are likely to be on A or B class roads with major traffic management implications.

two.2.5) Award criteria

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

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Candidates must meet the minimum standards detailed in the SQ. Responses to certain SQ Questions will be assessed on a 'Pass/Fail' basis. Responses to other SQ Questions will be scored and weighted

The Council intends to invite the top 5 candidates who have all passed the relevant questions and have achieved the highest scores in the scored assessment to submit a tender."

Full details of the minimum standards, scored questions and weighting process are fully detailed within the procurement documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Major Highway Resurfacing Works (PRN) £0- £1.5m

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKF3 - Lincolnshire

two.2.4) Description of the procurement

Generally schemes with full depth construction and/or full surface course replacement generally on the Primary Route Network (Class A or B roads) throughout the County in rural and urban areas. Various types of traffic management to include road closures, traffic signal control, convoy working with any combination of day, weekend and night working as applicable. May also include other disciplines such as kerbs, drainage and bridge joint maintenance. The County Council surfacing course of choice is hot rolled asphalt and methods of working will be dictated by this choice.

two.2.5) Award criteria

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

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Candidates must meet the minimum standards detailed in the SQ. Responses to certain SQ Questions will be assessed on a 'Pass/Fail' basis. Responses to other SQ Questions will be scored and weighted

The Council intends to invite the top 5 candidates who have all passed the relevant questions and have achieved the highest scores in the scored assessment to submit a tender."

Full details of the minimum standards, scored questions and weighting process are fully detailed within the procurement documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 15

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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.2.2) Time limit for receipt of tenders or requests to participate

Date

13 May 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 June 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: It is anticipated the next iteration of the framework will be advertised in approximately 4 years time

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom