Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
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
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.