Contract

Roads and Infrastructure Maintenance and Improvement Services

  • North Lanarkshire Council

F03: Contract award notice

Notice identifier: 2024/S 000-025385

Procurement identifier (OCID): ocds-h6vhtk-02e327

Published 12 August 2024, 11:10am



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

enterpriseproject@northlan.gov.uk

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.northlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

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

Roads and Infrastructure Maintenance and Improvement Services

Reference number

NLC-SLP-22-064

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire’s communities.

As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, (the 'Affected Properties').

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £450,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 31158100 - Battery chargers
  • 31600000 - Electrical equipment and apparatus
  • 43325000 - Park and playground equipment
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 44100000 - Construction materials and associated items
  • 44113000 - Road-construction materials
  • 44113910 - Winter-maintenance materials
  • 45000000 - Construction work
  • 45112000 - Excavating and earthmoving work
  • 45112723 - Landscaping work for playgrounds
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45212314 - Historical monument or memorial construction work
  • 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
  • 45215400 - Cemetery works
  • 45216125 - Emergency-services building construction work
  • 45220000 - Engineering works and construction works
  • 45221000 - Construction work for bridges and tunnels, shafts and subways
  • 45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
  • 45223000 - Structures construction work
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45236000 - Flatwork
  • 45310000 - Electrical installation work
  • 45316000 - Installation work of illumination and signalling systems
  • 45316110 - Installation of road lighting equipment
  • 45340000 - Fencing, railing and safety equipment installation work
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 50232000 - Maintenance services of public-lighting installations and traffic lights
  • 50232100 - Street-lighting maintenance services
  • 50232110 - Commissioning of public lighting installations
  • 50232200 - Traffic-signal maintenance services
  • 50514200 - Repair and maintenance services of reservoirs
  • 50870000 - Repair and maintenance services of playground equipment
  • 66518300 - Insurance claims adjustment services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 77310000 - Planting and maintenance services of green areas
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79410000 - Business and management consultancy services
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 90610000 - Street-cleaning and sweeping services
  • 90620000 - Snow-clearing services
  • 90630000 - Ice-clearing services
  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

Across the geographical boundaries of North Lanarkshire Council area.

two.2.4) Description of the procurement

The Authority is proposing to establish a single Contract with a Contractor to provide the Services which shall include reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, for a minimum contract term of 8 years, maximum contract term of 12 years including all extensions.

The Contract is expected to drive efficiencies, bring innovation, deliver value for money and continuous improvement and contribute positive social impact proportionate to the scope and value of the contract to support the Authority in meeting and exceeding the Project objectives.

The estimated contract value is 450m GBP over the full contract term (including all extensions) and is based on the Authority’s estimated future budgets. There is no guarantee of this level of business.

Core Services to be provided will include inter alia delivery of roads Reactive Maintenance and Incident Response Services (Order Type A) and Routine Maintenance, Winter Maintenance Planning / Delivery, and Network Inspections (Order Type B).

Core Projects & Programmes will include life cycle replacements of components of assets at scale (including but not limited to replacement of Carriageways & Car Parks, Footways, Footpaths, Pedestrian Areas, Other Paved Areas & Cycle Tracks, Structures, Street Lighting, Street Furniture, Traffic Management Systems, Land and Professional Services (Order Type C) and Other Related Work (Order Type D)).

The Services will be delivered to the following asset types including but not limited to:

Maintenance of carriageways and car parks, footpaths and pedestrian areas, street lighting and street furniture, maintaining land and specialist assets, structures and maintaining traffic management systems;

Investments/Improvements – upgrade of carriageways, traffic calming measures, paved and pedestrian areas, new infrastructure for traffic management systems, upgrades/replacement of street scene/amenity furniture, street lighting, asset surveys and provision of consultancy and investigation professional services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The Affected Properties by its very nature will be subject to change. There may be a need over the term of the proposed contract to allow the Authority to remove, add, or change the roads and structures of the Affected Properties (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Authority and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the contract as at paragraph II.1.7 of this Contract Award Notice. The mechanism for changes is set out in the Procurement Documents.

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

Competitive procedure with negotiation

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 000-030855


Section five. Award of contract

Contract No

NLC-SLP-22-064

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 August 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

HOCHTIEF PPP Solutions GmbH

Alfredstrasse. 236

Essen

45133

Telephone

+40 366488743400

Country

Germany

NUTS code
  • DE - Germany
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £450,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

(SC Ref:773367)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Email

supreme.courts@scotcourts.gov.uk

Telephone

+44 1312252595

Fax

+44 1312406711

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.