Opportunity

Framework Agreement C1 Road Maintenance and Minor Civil Engineering Works up to 1,000,000 GBP in Value

  • Fife Council

F02: Contract notice

Notice reference: 2021/S 000-011935

Published 28 May 2021, 9:15am



Section one: Contracting authority

one.1) Name and addresses

Fife Council

Bankhead Central, Bankhead Park

Glenrothes

KY7 6GH

Contact

John Grant

Email

roadsconstruction.procurement@fife.gov.uk

Telephone

+44 3451550000

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fife.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

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

Framework Agreement C1 Road Maintenance and Minor Civil Engineering Works up to 1,000,000 GBP in Value

Reference number

C1

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

1. Roads Construction and maintenance works for carriageways, footways, car parks, cycleways, junctions, surface water drainage, pedestrian crossings, traffic calming schemes, loop detector installations, pedestrian guardrails/handrails and associated roads lighting, road marking, signing and accommodation works.

2. Structures Construction and maintenance works for bridges, culverts and retaining walls.

3. Harbours, Flood and Coast Construction and maintenance works for coastal structures, harbours and related works.

two.1.5) Estimated total value

Value excluding VAT: £32,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

two.2) Description

two.2.1) Title

Structures

Lot No

2

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Fife

two.2.4) Description of the procurement

Construction and maintenance works for bridges, culverts and retaining walls.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,200,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

24 months

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

Harbour, Flood and Coastal

Lot No

3

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Fife

two.2.4) Description of the procurement

Construction and maintenance works for coastal structures, harbours and related works.

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

24

This contract is subject to renewal

Yes

Description of renewals

24 Months

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

Roads

Lot No

1

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Fife

two.2.4) Description of the procurement

Construction and maintenance works for carriageways, footways, car parks, cycleways, junctions, surface water drainage, pedestrian crossings, traffic calming schemes, loop detector installations, pedestrian guardrails/handrails and associated roads lighting, road marking, signing and accommodation works.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £28,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

24 months

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

The Specification for Highway Works (SHW) applies to all Work packages issued through this Framework Agreement. Not all of the National Highway Sector Schemes (NHSS) from Appendix A of the SHW will be mandatory. Appendix 0/2 of Volume 2 of the Framework Agreement stipulates the NHSS schemes that are mandatory and those that are not. Those listed as mandatory will apply to all businesses undertaking any of these Works/ Services unless the business complies with any alternative requirement that may be stipulated in the comments column of Appendix A of SHW. If your business subcontracts the work, you do not have to be registered but any subcontractor you use must be.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The relevant selection criteria will be included in the SPD Scotland module.

Minimum level(s) of standards possibly required

The relevant selection criteria will be included in the SPD Scotland module.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The relevant selection criteria will be included in the SPD Scotland module.

Minimum level(s) of standards possibly required

Contractors will be disqualified if they score 0 for any of the questions or if they fall below a minimum qualitative score of 50% of the maximum possible Score.

Scoring Key:

0 Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled.

4 Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how this will be met in full.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

as defined in the Contract Documents - see Performance Appraisal.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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: 12

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

5 July 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

5 July 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Any Tender Queries should be submitted through the PCS Question & Answer portal.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=652257.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=655510.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Z21 Community Benefits

21.1 The Contractor shall provide Community Benefits/ Social Value Rebate as a contractual commitment to the work carried out under the Framework.

21.2 The value of Community Benefits/ Social Value Rebate accrued will be based on the aggregated final bills for work undertaken by each individual Contractor. The Contractor shall not make any charge to the Council for provision of the community benefits or Social Value Rebate.

21.3 If the Contractor fails to provide the Community Benefits/ Social Value Rebate in accordance with Z clause 21.1, the Contractor shall be in breach of the contract and the Employer shall notify the Contractor of such breach. If the Contractor’s failure to provide the Community Benefits/ Social Value Rebate is capable of remedy the Contractor must do so within 14 days of the Employer’s notification.

21.4 Where it is not possible for the Contractor to remedy its breach of Z clause 21.1 or the Contractor fails to remedy its breach of Z clause 21.1 the Employer may assess the costs to the Employer of providing the Community Benefits/ Social Value Rebate. The Employer’s assessment may include the costs of appointing a third party to provide the Community Benefits and any direct or indirect costs associated therewith.

21.5 The Employer may deduct the sum assessed under clause 21.4 from any payment due to the Contractor. Where no sums are due to the Contractor, or to the extent that the sum assessed under clause 21.4 exceeds any sums which are due to the Contractor, the Employer may recover the balance as a debt from the Contractor.

(SC Ref:655510)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=655510

six.4) Procedures for review

six.4.1) Review body

Sheriff Court Kirkcaldy

Sheriff Court House Whytescauseway

Kirkcaldy

KY1 1XQ

Email

kirkcaldy@scotcourts.gov.uk

Telephone

+44 1592260171

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/kirkcaldy-sheriff-court-and-justice-of-the-peace-court

six.4.2) Body responsible for mediation procedures

Institute of Civil Engineers

105 West George Street

Glasgow

G2 1QL

Email

scotland@ice.org.uk

Telephone

+44 1412215276

Country

United Kingdom

Internet address

https://ice.org.uk/about-ice/near-you/uk/scotland/contact-us