Section one: Contracting authority
one.1) Name and addresses
Lincolnshire County Council
County Offices, Newland
Lincoln
LN1 1YL
Contact
Miss Carla Needham
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