Section one: Contracting authority
one.1) Name and addresses
Liverpool City Council
Cunard Building, Water Street
Liverpool
L3 1DS
Contact
Graham Martin
hpwfenquiries@liverpool.gov.uk
Telephone
+44 1513511735
Country
United Kingdom
Region code
UKD72 - Liverpool
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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=a4ac18d8-6d4a-ef11-812d-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=a4ac18d8-6d4a-ef11-812d-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
Highways Planned Works Framework
Reference number
DN720358
two.1.2) Main CPV code
- 45233100 - Construction work for highways, roads
two.1.3) Type of contract
Works
two.1.4) Short description
Liverpool City Council (the “Council”) wishes to appoint multiple suppliers to a framework to deliver highways planned works (the “Highways Planned Works Framework”). This Framework will comprise two lots: Lot 1 for works up to a value of £1.5m and Lot 2 for works with a value greater than £1.5m. The Framework Agreement will be available to use by a number of other authorities, as specified in section VI.3 Additional Information, below.
This process commenced with a pre-market engagement exercise notified to the market by PIN ref: 2024/S 000-012838 on 19 April 2024. A pre-market engagement event was held on 5 June.
This notice marks the commencement of the procurement to appoint contractors to the Highways Planned Works Framework. The selection stage comprises the Common Assessment Standard (“CAS”) question set together with bespoke questions tailored to the nature of each Lot. Those candidates who have valid CAS accreditation through a recognised assessment body will only be required to answer certain questions which will be clearly identified in the Selection Questionnaire documentation.
The Council’s vision for the future of travel in Liverpool is one where people default to walking or cycling for their journeys and choose to avoid using cars. As such, and in the context of this Highways Planned Works Framework, the Council intends to focus on:
1. delivering green bus routes;
2. creating a network of traffic-free green active travel corridors;
3. developing travel plans for schools and larger businesses; and
4. expanding the network of electric vehicle charging points.
While candidates are welcome to bid for both Lot 1 and Lot 2 of the Highways Planned Works Framework, the same organisation will not be able to win a place on both Lots. The Council’s intention is to evaluate and award places on Lot 2 first before commencing evaluation and award for Lot 1. Consequently, if a bidder participating in the procurement for both Lots is awarded a place on Lot 2, its involvement in the procurement for Lot 1 will automatically be deemed to have come to an end at that point (and therefore its tender will not be evaluated for Lot 1).
two.1.5) Estimated total value
Value excluding VAT: £850,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Projects with a value of up to £1.5m
Lot No
1
two.2.2) Additional CPV code(s)
- 45111000 - Demolition, site preparation and clearance work
- 45112100 - Trench-digging work
- 45112310 - Infill work
- 45112500 - Earthmoving work
- 45112600 - Cut and fill
- 45112730 - Landscaping work for roads and motorways
- 45113000 - Siteworks
- 45220000 - Engineering works and construction works
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233123 - Secondary road construction work
- 45233125 - Road junction construction work
- 45233127 - T-junction construction work
- 45233128 - Roundabout construction work
- 45233129 - Crossroad construction work
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233139 - Highway maintenance work
- 45233140 - Roadworks
- 45233141 - Road-maintenance works
- 45233142 - Road-repair works
- 45233144 - Overpass construction work
- 45233150 - Traffic-calming works
- 45233160 - Paths and other metalled surfaces
- 45233161 - Footpath construction work
- 45233162 - Cycle path construction work
- 45233200 - Various surface works
- 45233210 - Surface work for highways
- 45233220 - Surface work for roads
- 45233222 - Paving and asphalting works
- 45233223 - Carriageway resurfacing works
- 45233224 - Dual carriageway construction work
- 45233225 - Single carriageway construction work
- 45233251 - Resurfacing works
- 45233252 - Surface work for streets
- 45233253 - Surface work for footpaths
- 45233260 - Pedestrian ways construction work
- 45233261 - Pedestrian overpass construction work
- 45233262 - Pedestrian zone construction work
- 45262300 - Concrete work
- 45262640 - Environmental improvement works
- 45341000 - Erection of railings
- 45342000 - Erection of fencing
- 71310000 - Consultative engineering and construction services
- 71322000 - Engineering design services for the construction of civil engineering works
two.2.3) Place of performance
NUTS codes
- UKD72 - Liverpool
two.2.4) Description of the procurement
Lot 1 of the Framework is for works up to a value of £1.5m. The Council has published a Project Information Memorandum and draft Framework Agreement and specification for Lot 1 (available at https://procontract.due-north.com/Advert/Index?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545). Together, these documents provide greater detail on the proposed scope of Lot 1 and intended procurement process to establish this Highways Planned Works Framework.
Within the general civil engineering works, the Council’s scope is currently anticipated to cover:
• Highway maintenance works, this could include road resurfacing / reconstruction, footway renewals, micro asphalt, surface dressing, asphalt preservation
• Controlled and Uncontrolled Drop Crossing programmes.
• Safety improvements at junctions and across the highway network, this could include build outs, road narrowing, other traffic calming measures.
• Minor Civil works, this could include earthworks, highway structures and street lighting, drainage investigations and associated remedial and renewal works, ironwork renewals
• Minor active travel installations and improvements on the highway network.
Call-off contracts will be based on the NEC4 Engineering and Construction Contract (“ECC”).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £200,000,000
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
two.2) Description
two.2.1) Title
Projects with a value greater than £1.5m
Lot No
2
two.2.2) Additional CPV code(s)
- 45111000 - Demolition, site preparation and clearance work
- 45112100 - Trench-digging work
- 45112400 - Excavating work
- 45112500 - Earthmoving work
- 45112600 - Cut and fill
- 45112730 - Landscaping work for roads and motorways
- 45113000 - Siteworks
- 45220000 - Engineering works and construction works
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233123 - Secondary road construction work
- 45233125 - Road junction construction work
- 45233127 - T-junction construction work
- 45233128 - Roundabout construction work
- 45233129 - Crossroad construction work
- 45233130 - Construction work for highways
- 45233131 - Construction work for elevated highways
- 45233139 - Highway maintenance work
- 45233140 - Roadworks
- 45233142 - Road-repair works
- 45233144 - Overpass construction work
- 45233150 - Traffic-calming works
- 45233160 - Paths and other metalled surfaces
- 45233161 - Footpath construction work
- 45233162 - Cycle path construction work
- 45233200 - Various surface works
- 45233210 - Surface work for highways
- 45233220 - Surface work for roads
- 45233222 - Paving and asphalting works
- 45233223 - Carriageway resurfacing works
- 45233224 - Dual carriageway construction work
- 45233225 - Single carriageway construction work
- 45233251 - Resurfacing works
- 45233252 - Surface work for streets
- 45233253 - Surface work for footpaths
- 45233260 - Pedestrian ways construction work
- 45233261 - Pedestrian overpass construction work
- 45233262 - Pedestrian zone construction work
- 45262300 - Concrete work
- 45262640 - Environmental improvement works
- 45341000 - Erection of railings
- 45342000 - Erection of fencing
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKD72 - Liverpool
two.2.4) Description of the procurement
Lot 2 of the Framework is for works with a value greater than £1.5m. The Council has published a Project Information Memorandum and draft Framework Agreement and scope for Lot 2 (available at https://procontract.due-north.com/Advert/Index?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545). Together, these documents provide greater detail on the proposed scope and intended procurement process to establish this Highways Planned Works Framework.
Within the general civil engineering works, the Council’s scope is currently anticipated to cover:
• Highways investment and improvement programmes of works. This could include that similar to recent Highways Improvement Programme contracts, incorporating carriageway and footway improvements, drainage, traffic signals, active travel installations, street lighting replacement.
• Infrastructure improvement works on all aspects of the highways network, including major and minor highway structures, carriageway and footways, active travel, major junctions, traffic signal installations and renewals.
• Major survey programmes of works to inform conditions of the highway network across all aspects of the highway infrastructure.
• Construction of new and extended aspects of the highway network that could include all aspects as noted in items above.
• Improvements and provision of public transport infrastructure.
• Public realm improvements and installation of new to support development and regeneration across the city.
Call-off contracts will be based on the NEC4 engineering and Construction Contract (ECC).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £650,000,000
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
Restricted procedure
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
Date
28 October 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Selection Questionnaire responses and tenders are to be completed electronically using the Portal: https://procontract.due-north.com/Advert/Index?advertId=a4ac18d8-6d4a-ef11-812d-005056b64545. Please note that a ‘request to participate’ for the purposes of this contract notice (in particular, Section IV.2.2) is by completion and return of the Selection Questionnaire by the stated deadline.
Candidates will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from candidates in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the Council at any time.
The Council is mindful of the issues presented by conflicts of interest and will be proactively managing any actual or potential conflicts that may arise during this procurement.
The Council reserves the right at any time to: i) reject any or all responses and to cancel or withdraw this procurement at any stage; ii) award a contract without prior notice; iii) change the basis, the procedures and the time-scales set out or referred to within the procurement documents; iv) require a candidate to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); v) terminate the procurement process; and/or vi) amend the terms and conditions of the selection and evaluation process.
All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties.
Whilst it is the Council’s intention to award call-off contracts for works up to a value of £1.5m through Lot 1 and works with a value greater than £1.5m through Lot 2, there may be instances where the Council deems it appropriate to depart from this approach at its sole discretion. Any such decision will be communicated to contractors.
As noted in Section II.2.10, no variant bids will be accepted by the Council.
The customer authorities are Liverpool City Council, St Helens Borough Council, Knowsley Council, Sefton Council, Halton Council, Wirral Council, Liverpool City Regional Combined Authority, Merseytravel.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Telephone
+44 2079477882
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with the Public Contracts Regulations 2015 (as amended) (the “PCR”), the Council will incorporate a minimum 10 calendar day standstill period from the date information on the award of contract is communicated to bidders. This period allows unsuccessful bidders to challenge the decision to award a Contract before a Contract is executed/signed (as appropriate). In the first instance, any potential challenge should be promptly brought to the attention of Sam Spencer, Category Manager at the address specified in Section I.1) above. Any potential challenge will be dealt with in accordance with the requirements of the PCR.
Part 3 of the PCR provides for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the timescales specified in Part 3 of the PCR. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the contracting authority to amend any document, and may award damages. If a contract has been entered into the court has the option to award damages, to shorten the contract or to declare the contract ineffective.