Opportunity

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

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice reference: 2023/S 000-015421

Published 31 May 2023, 3:05pm



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238ZB

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

https://www.hants.gov.uk/

Buyer's address

www.in-tendhost.co.uk/hampshire

one.3) Communication

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

https://in-tendhost.co.uk/hampshire/aspx/Tenders/Current

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/hampshire/aspx/Home

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.

Spend under the existing frameworks is as follows:

Gen 4-1 Notice amount £100m Award spend to date November 22 £4.5m

Gen 4-2 Notice amount £500m Award spend to date November 22 £65m

Gen 4-3 Notice amount £500m Award spend to date November 22 £165m

Gen-5 will be 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.

Maximum number of Supplier places on each Lot

Lot 1 - 4

Lot 2 East - 6

Lot 2 West - 6

Lot 3 - 6

Lot 4 - 4

Restrictions on award

Suppliers will be restricted to which Lots they can be awarded to, as set out below:

Lot 1 - Suppliers can be on Lot 1 only

Lot 2 East - Suppliers awarded to Lot 2 East can also be on Lot 2 West and / or Lot 3

Lot 2 West - Suppliers awarded to Lot 2 West can also be on Lot 2 East and /or Lot 3

Lot 3 - Suppliers awarded to Lot 3 can also be on Lot 2 East and/or Lot 2 West

Lot 4 - Suppliers can be on Lot 4 only

Suppliers can apply for any Lot or all Lots however, suppliers will need to express a preference for awards in line with the above restrictions. This preference will be captured within responses to the Selection Questionnaire.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

A mini-competition may combine suppliers on Lot 2 East and Lot 2 West with an expression of interest process prior to any call-off in the following situation.

If fewer than three Suppliers under Lot 2 East or Lot 2 West express an interest in tendering for the call-off, they may open up the tender to the Suppliers on the alternative geographic Lot.

For example, if a project situated in the Lot 2 East (Gen5-2 East) geographic coverage region receives fewer than three expressions of interest prior to a call-off tender, the mini-competition may be opened to Lot 2 East and Lot 2 West (Gen5-2 West) suppliers and visa-versa.

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

two.2.6) Estimated value

Value excluding VAT: £6,000,000

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Suppliers must pass the Selection Stage to be invited to the tender stage. Details of the Selection Stage criteria are found within the Invitation to Tender documents.

Four (4) suppliers will be awarded to this Lot 1.

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

Further details on geographical scope are given in section 1.5 of Framework Contract Volume 0 document within the ITT.

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

two.2.6) Estimated value

Value excluding VAT: £50,000,000

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Suppliers must pass the Selection Stage to be invited to the tender stage. Details of the Selection Stage criteria are found within the Invitation to Tender documents.

Six (6) suppliers will be awarded to this Lot 2 East.

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

Further details on geographical scope are given in section 1.5 of Framework Contract Volume 0 document within the ITT.

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

two.2.6) Estimated value

Value excluding VAT: £50,000,000

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Suppliers must pass the Selection Stage to be invited to the tender stage. Details of the Selection Stage criteria are found within the Invitation to Tender documents.

Six suppliers will be awarded to this Lot 2 West.

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
  • 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

Further details on geographical scope are given in section 1.5 of Framework Contract Volume 0 document within the ITT.

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

two.2.6) Estimated value

Value excluding VAT: £70,000,000

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Suppliers must pass the Selection Stage to be invited to the tender stage. Details of the Selection Stage criteria are found within the Invitation to Tender documents.

Six (6) suppliers will be awarded to this Lot 3.

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
  • 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
  • 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

Further details on geographical scope are given in section 1.5 of Framework Contract Volume 0 document within the ITT.

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

two.2.6) Estimated value

Value excluding VAT: £150,000,000

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Suppliers must pass the Selection Stage to be invited to the tender stage. Details of the Selection Stage criteria are found within the Invitation to Tender documents.

Four (4) suppliers will be awarded to this Lot 4.


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

Requirements are set out in the ITT documents and also in the Selection Questionnaire.

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

The conditions of contract for the Framework are the NEC4 suite of contracts and any updates over the life of the Framework together with additional Z clauses.

Further details of the contracts used for the various Lots are set out in the table at A1) within Framework Contract Volume 0 - Annex A document.

Insurance requirements

Lot 1

• Professional Indemnity (for the life of the contract plus six years) £5,000,000

• Employer's Liability £10,000,000

• Public Liability £10,000,000

• Motor Vehicle - Unlimited for injury or death and £10,000,000 for damage to property

Lots 2-4

• Public Liability £10,000,000 in respect of any one occurrence or series of occurrences arising out of the same event

• Employers Liability £10,000,000 in respect of any one occurrence or series of occurrences arising out of the same event

• Professional Indemnity £10,000,000 (for the life of the contract plus twelve years) in respect of any one occurrence or series of occurrences arising out of the same event

• Motor Vehicle - unlimited liability in respect of death or bodily injury to third parties, including passengers, and £10 million for liability in respect of loss of, or damage to property in respect of any one occurrence or series of occurrences arising out of the same event


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

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: 2022/S 000-034850

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

Date

3 July 2023

Local time

2:00pm

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

24 July 2023

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: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Framework Contract will be 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.

This Generation 5 Civil Engineering, Highways and Transportation Collaborative Framework is a Framework Agreement and hence being selected for a place on the Framework does not guarantee the award of any work through it.

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 for each individual Lot in Sections 9 and 10 (for Lot 1), 13 and 14 (for Lot 2 East and West), 17 and 18 (for Lot 3) and 21 and 22 (for Lot 4). If a Supplier does not wish to bid for or be awarded a Work or Time Charge Order, they may deselect themselves.

The Framework will be available to Participating Authorities, who can call-off from the Framework, as stated within this document and who will 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 below and 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 are:

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 are:

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 are:

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

The High Court of England and Wales

London

Country

United Kingdom