Section one: Contracting authority
one.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
Contact
Lisa Sneddon
Lisa.Sneddon@east-ayrshire.gov.uk
Telephone
+44 1563576000
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.east-ayrshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
one.1) Name and addresses
West Lothian Council
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
Telephone
+44 1506281814
Fax
+44 1506281325
Country
United Kingdom
NUTS code
UKM78 - West Lothian
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
one.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
procurement@North-Ayrshire.gov.uk
Telephone
+44 1294310000
Fax
+44 1506281325
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.north-ayrshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
one.1) Name and addresses
South Ayrshire Council
County Buildings, Wellington Square
Ayr
KA7 1DR
procurement@south-ayrshire.gov.uk
Telephone
+44 3001230900
Fax
+44 1506281325
Country
United Kingdom
NUTS code
UKM94 - South Ayrshire
Internet address(es)
Main address
http://www.south-ayrshire.gov.uk/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.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
PS/24/25 4G Roads Minor Works Framework Contract
Reference number
PS/24/25
two.1.2) Main CPV code
- 45233139 - Highway maintenance work
two.1.3) Type of contract
Works
two.1.4) Short description
The scope of the Framework Contract is to employ Contractors to carry out work within the limits of each of the four participating Client’s boundaries, to assist the Client’s works organisation at time of high workload. These works may include all aspects of road maintenance within the road network including street lighting installation, bridge and/or other structures works and ground works within parks, housing, schools, cemeteries, etc, (as detailed in the individual Work Orders). The works may also comprise new minor civils work.
two.1.5) Estimated total value
Value excluding VAT: £85,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45233210 - Surface work for highways
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233310 - Foundation work for highways
- 34922100 - Road markings
- 34928110 - Road barriers
- 44113000 - Road-construction materials
- 44113140 - Roadstone
- 43312400 - Road rollers
- 44113700 - Road-repair materials
- 44113800 - Road-surfacing materials
- 44113900 - Road-maintenance materials
- 45221111 - Road bridge construction work
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233125 - Road junction construction work
- 45233140 - Roadworks
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 45233220 - Surface work for roads
- 45233221 - Road-surface painting work
- 45233226 - Access road construction work
- 45233227 - Slip road construction work
- 45233280 - Erection of road-barriers
- 45233290 - Installation of road signs
- 45233294 - Installation of road signals
- 45316110 - Installation of road lighting equipment
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance
East Ayrshire, North Ayrshire including the Islands of Arran and Great Cumbrae, South Ayrshire and West Lothian.
two.2.4) Description of the procurement
The scope of the Framework Contract is to employ Contractors to carry out work within the limits of each of the four participating Client’s boundaries, to assist the Client’s works organisation at time of high workload. These works may include all aspects of road maintenance within the road network including street lighting installation, bridge and/or other structures works and ground works within parks, housing, schools, cemeteries, etc, (as detailed in the individual Work Orders). The works may also comprise new minor civils work.
The works will be carried out on a Work Order basis with Work Orders varying in value up to 250,000GBP. Any Work Order with a value between 250,000GBP and 500,000GBP may, at the discretion of the issuing authority either be issued through the Framework or be procured as a discrete scheme out with the Framework Contract. Any works with a value greater than 500,000GBP will be procured out with the Framework Contract.
There is no guarantee of the actual expenditure under this Contract.
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: £85,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2024
End date
30 September 2028
This contract is subject to renewal
Yes
Description of renewals
Contract duration is 2 years with the option to extend annually for a further 2 years. The maximum end date (including any extensions) is 30/09/2028.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Any additional works may be instructed that is related to the site or the works.
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.2.14) Additional information
Tenderers may bid for any combination of the geographical areas (East Ayrshire, North Ayrshire, South Ayrshire and West Lothian) wholly at their discretion. Tenderers are not required to bid for every item in the Schedule of Items, only those works they can undertake.
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
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ISO 9001 (or equivalent), OR
2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
The quality manual must include documented procedures for:
-Arrangements for monitoring quality management on an ongoing basis;
-Regularly reviewing, correcting and improving quality performance
-Ensuring that quality management is effective in reducing / preventing incidents of sub-standard delivery
-Providing workforce with appropriate quality related training
-Dealing with complaints and implementing corrective measures.
Environmental Management Standards
1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
2. A Environmental management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
The Environmental manual must include documented procedures for;
-ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment;
-providing employees with training and information on environmental issues, including evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties;
-checking, reviewing and where necessary improving the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties;
-checking, reviewing and where necessary improving the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals;
-dealing with waste (e.g. waste management plans, waste segregation, recycling etc.);
-ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier’s environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder’s supply chain.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to provide their “general” yearly turnover for the last THREE years.
In addition, The Council shall commission an independent third party business credit report from Creditsafe Business Solutions Ltd using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a “Fail” and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.
Risk or Credit reports from other agencies will not be considered.
It is the Tenderers responsibility to ensure that all information held by Creditsafe Business Solutions Ltd is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Creditsafe Business Solutions Ltd scores are accurate by the due submission date.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10million GBP
http://www.hse.gov.uk/pubns/hse40.pdf
Minimum level(s) of standards possibly required
Public/Products Liability Insurance = 5million GBP
Contract Works Insurance - The value of the Work Order plus 50 percent
Loss or damage to plant, equipment and materials for incorporation therein - Value to be determined by the Contractor.
Liability for Non-negligent damage due to piling, Vibration, Removal or Weakening of support, Raising or lowering of Ground water - Additional Joint names protection arranged by the Contractor in the Joint Names of the Contractor and the Client.
Professional Indemnity Insurance - 2million GBP (Only required if offering Design Services or Professional Advice at Work Order Level)
Motor Vehicle Insurance - Level to be determined by the Contractor
Goods in Transit Insurance - Level to be determined by the Contractor
Bidders are required to successfully complete the Insurance Questionnaire Volume 1B.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers are required to hold the mandatory Qualifications for the duration of the Framework Contract and any extensions thereof: New Roads and Street Works Act 1991 Street Works Operative and Supervisor Qualifications.
Tenderers that provide rates for any item associated with the Schemes below shall be required to hold the mandatory Sector Scheme certification for the duration of the Framework Contract and any extensions thereof. The relevant National Highways Sector Schemes applicable to this Framework Contract listed in Volume 1 Appendix A of the Specification for Highway Works are: Sector Scheme 7, 10B, 12A/B and 12C.
Tenderers that provide rates for any item associated with Street Lighting / Working at Heights shall be required to hold the mandatory certification for the duration of the Framework Contract and any extensions thereof:
- While electrical works are being undertaken on site, the Contractor must have at least one person on site at all times who is a qualified electrician holding either a Joint Industry Board (JIB) / Scottish Joint Industry Board (SJIB) or a Construction Skills Certification Scheme (CSCS) Electrotechnical Certification Scheme (ECS) card or equivalent.
- Electricians employed on site by the Contractor must hold certification in accordance with the G39 Model Code of Practice for Electrical Safety in the planning, installation, commissioning and maintenance of public lighting and other street furniture Issue 2 2013 published by the Energy Networks Association or any amendment thereto.
- The Contractor must ensure that Operatives engaged in operating Mobile Elevating Work Platforms (MEWPs) on site hold International Powered Access Federation (IPAF) or equivalent training certificates.
All certification should be provided with the tender response.
Minimum level(s) of standards possibly required
Bidders will be required to provide 2 example of Works carried out in the past five years that demonstrate that they have the relevant experience to deliver the Works as described in part II.2.4 of this Contract Notice. The Works should be of a similar value, size and scope.
Bidders must provide contact details of referees for the experience example. Referees may be contacted to discuss the contract and the performance of the Contractor. Any Contractor which fails to have performed satisfactorily in the experience example may be excluded from the tender process.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See Contract Documents for Performance Appraisal in contract document Volume 1, Appendix E.
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
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
1 July 2024
Local time
12:00pm
Changed to:
Date
8 July 2024
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
Tender must be valid until: 29 October 2024
four.2.7) Conditions for opening of tenders
Date
1 July 2024
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: Around 6 months prior to contract end.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.3) Additional information
There shall be no guarantee to the level of spend over the term of this Framework Contract.
East Ayrshire Council shall lead the tendering process on behalf of North Ayrshire Council, South Ayrshire Council and West Lothian Council.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26764. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Please refer to Volume 1C Community Benefits Document. Tenderers are required to agree to the mandatory Community Benefits Table.
(SC Ref:767095)
six.4) Procedures for review
six.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Country
United Kingdom