Opportunity

PAN2661 - Highways Maintenance-construction framework

  • Leicester City Council

F02: Contract notice

Notice reference: 2022/S 000-014752

Published 26 May 2022, 2:13pm



The closing date and time has been changed to:

5 August 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Leicester City Council

City Hall (4th Floor), 115 Charles Street

Leicester

LE1 1FZ

Contact

Mrs Jigna Dhorajia

Email

jigna.dhorajia@leicester.gov.uk

Telephone

+44 1164541182

Country

United Kingdom

NUTS code

UKF21 - Leicester

Internet address(es)

Main address

http://www.leicester.gov.uk

Buyer's address

http://www.leicester.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

PAN2661 - Highways Maintenance-construction framework

Reference number

DN577083

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Leicester City Council expects to deliver a significant portfolio of highway maintenance/construction projects which could be up to circa 20 000 000 GBP over the next 4 years.

The highway maintenance and construction works include such work types as: slabbed footway relay schemes, construction of parking laybys on council land around the city, junction improvement schemes and general highway repairs. The larger public-realm type works are bespoke in their nature, but generally involve standard civils works as well as the installation of high-quality rigid paving and some soft landscaping works.

The authority is conducting the procurement using the Open procedure for the purposes of procuring the works described in the Specification, and in accordance with the requirements of the Public Contracts Regulations 2015.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45233000 - Construction, foundation and surface works for highways, roads

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire

two.2.4) Description of the procurement

The Council expects to appoint up to 4 contractors to the framework. Once appointed to a particular scheme the contractor will be expected to take on the role and duties of the principal contractor under the construction (design and management) regulations. The purpose of this framework contract is to provide additional resource to deliver highway maintenance works and large schemes, whilst also shortening the procurement timeline.

The proposed framework agreement will be for 3 years with an option to extend for a period or periods totalling no more than 1 year.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30%

Price - Weighting: 70%

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

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend for additional period/periods totalling no more than a further 1 year

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Project identified under low carbon bid including scheme such as Market Place South


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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: 4

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

Originally published as:

Date

18 July 2022

Local time

12:00pm

Changed to:

Date

5 August 2022

Local time

12:00pm

See the change notice.

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 Years

six.4) Procedures for review

six.4.1) Review body

Construction and Technology Court (Queens Bench Division)

Priory Courts 33 Bull Street

Birmingham

B4 6DS

Country

United Kingdom