Opportunity

New Assets Framework Agreement 2024

  • Somerset Council

F02: Contract notice

Notice reference: 2023/S 000-020400

Published 14 July 2023, 5:58pm



Section one: Contracting authority

one.1) Name and addresses

Somerset Council

County Hall

Taunton

TA1 4DY

Contact

Mr Mark Brown

Email

mark.brown@somerset.gov.uk

Telephone

+44 3001232224

Country

United Kingdom

NUTS code

UKK23 - Somerset

Internet address(es)

Main address

https://www.somerset.gov.uk

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

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom