Section one: Contracting authority
one.1) Name and addresses
Somerset Council
County Hall
Taunton
TA1 4DY
Contact
Mr Mark Brown
Telephone
+44 3001232224
Country
United Kingdom
Region code
UKK23 - Somerset
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=02b94e6a-ff2c-ed11-8119-005056b64545
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/Advert/Index?advertId=02b94e6a-ff2c-ed11-8119-005056b64545
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
New Assets Framework Agreement 2024
Reference number
DN590932
two.1.2) Main CPV code
- 45233000 - Construction, foundation and surface works for highways, roads
two.1.3) Type of contract
Works
two.1.4) Short description
Somerset Council is seeking to establish a Framework Agreement with a Single appointed Supplier deliver highway improvement schemes and other work including, but not limited to, the following:
• Safety Improvements / Traffic Calming
• Active Travel
• Public Transport Infrastructure / Mobility Hubs
• Junction Improvements
• Electric Vehicle Infrastructure
• Third Party default works
These schemes will typically involve works of the following nature:
• Signage
• Roadmarkings
• Carriageway treatment
• Surfacing
• Carriageway construction/ widening
• Footway and cycleway construction/ widening
• Kerbing (including high access and high containment)
• Highway drainage
• Street lighting
• Electrical connections
• Earthworks
• Landscaping
• Early Contractor Involvement / advice
And additionally a range of other works that may be required including, but not limited to:
• Traffic signals
• Highway structures
• Vehicle restraint systems (pedestrian and vehicular)
• Utilities diversions
• Specialist equipment, including amongst others, roadside technology and environmental impact mitigation measures.
The form of contract will be a Framework Agreement as set out in Volume 0 of the procurement documents. Individual call-off arrangements titled ‘Task Orders’ will be issued in a form that incorporates the NEC4 Engineering Construction Short Contract.
two.1.5) Estimated total value
Value excluding VAT: £21,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45112000 - Excavating and earthmoving work
- 45233220 - Surface work for roads
- 45233293 - Installation of street furniture
- 45310000 - Electrical installation work
two.2.3) Place of performance
NUTS codes
- UKK23 - Somerset
two.2.4) Description of the procurement
The Client’s Strategic Objectives are:
• A network that is adapted and resilient to climate change with a reduced carbon output, both in usage and maintenance to contribute to the commitment for Somerset to be carbon neutral by 2030.
• A safe, serviceable, and sustainable network that is fit for purpose for all users under all conditions and supports the development of the local economy.
• A service based on the intelligent client model that develops and sustains collaborative partnerships that deliver the objectives of all partners.
• A flexible and agile service that attracts and retains the best people and embraces best practice and new technologies to enable innovation.
• Sustain a financially resilient service that adopts robust asset management principles and delivers best value with the resources available.
• Optimise service efficiency and maximise income from commercialisation and external funding.
• A service that maximises social value and provides valuable local opportunities for individuals and businesses.
• An informed community that has high public satisfaction and is engaged and enabled to do more for themselves.
Framework Agreement
Estimated Framework Value is between £2m and £5.25m per annum with a total of up to £21m over the lifetime of the Framework Agreement.
The maximum estimated value of individual projects to be procured through this contract at the Task Order quotation stage is £1,000,000. However, the Client may, following consultation with the Contractor, use this framework for projects with an estimated value exceeding £1,000,000.
This will be a single supplier framework using the form of contract set out in the Framework Agreement in the procurement documents. Individual call-off contracts, titled ‘Task Orders’, will be issued in a form that incorporates the NEC4 Engineering Construction Short Contract. The Framework Agreement itself is NOT an NEC4 Framework Contract.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 60
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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 a single operator
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-002138
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 September 2023
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
22 September 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom