Section one: Contracting authority
one.1) Name and addresses
Leicestershire County Council
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Mr Steven Davidson
Telephone
+44 0
Country
United Kingdom
Region code
UKF22 - Leicestershire CC and Rutland
Internet address(es)
Main address
https://www.eastmidstenders.org/index.html
Buyer's address
https://www.eastmidstenders.org/index.html
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=8682d1f8-d898-ee11-8125-005056b64545
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=8682d1f8-d898-ee11-8125-005056b64545
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
Machine Lay Carriageway Surfacing Contract_2024
Reference number
DN703099
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
The Council is looking to appoint a single suitably experienced tenderer as a ‘Contractor’ under an NEC4 Term Service Short Contract to undertake the replacement of defective carriageway surfacing and associated accommodation works.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
The Council is looking to appoint a single suitably experienced tenderer as a ‘Contractor’ under an NEC4 Term Service Short Contract to undertake the replacement of defective carriageway surfacing and associated accommodation works. This includes:
• Mobilisation:
- early contractor involvement
- attendance at monthly progress and finance meetings
- carrying out the role of Principal Contractor in accordance with the Construction (Design and Management) Regulations 2015
- Liaison and co-ordination with the Client
- working in accordance with the Client’s permit scheme
- assessment of the Health and Safety implications and implementation of safe systems of work, plans and appropriate control measures
- provision and maintenance of compound and stores areas
- supervision of works
- on-site welfare facilities for the Contractor's and Client's use
• Traffic Management:
- Design of traffic management layouts
- Advance notification/permit boards
- Road closures and diversions
- Traffic signal controlled lane closures
- Traffic marshals/Gate persons
- No parking signs and/or cones
- Pedestrian barriers
- Safety fencing
• Accommodation Works:
- Repair and/or adjustment of kerbs and channels in short lengths adjacent to surfacing works
- Adjusting levels of ironworks within surfacing works
- Repair of ironworks within surfacing works
• Cold Milling:
- Removal of defective areas of surfacing by cold milling
- Trimming and working around obstructions
- Removal of all loose material
- Disposal or recycling of non-hazardous arisings
- Storage and recycling of tar bound arisings for reuse
• Surfacing:
- Conventional surface, binder, and base courses
- Polymer modified surface, binder, and base course options
- Environmentally advantageous surface, binder, and base courses options
- Foam-mix recycling and re-use of previously cold milled tar bound materials
- Asphalt reinforcement options
- Bond coat
• Road Markings:
- Reinstatement of screed thermoplastic road markings
• General Requirements:
- The Contractor will assume the role of Principle Contractor and the Client will assume the role of Principle Designer under the Construction Design Management Regulations 2015.
- The service may be required during days, nights, or weekends.
- The Contractor is required to conform with the Client’s PPE requirements, or to a higher standard.
- The Client will undertake testing to ensure compliance with the Specification.
- The Client and Contractor are required to co-operate to ensure that works are planned and completed safely and in the most efficient timescales
- The Contractor will be responsible for defects for a period of 12 months from the completion of each Task Order, unless a longer period is agreed
- Rates submitted at tender will be adjusted monthly – i.e. at the first assessment day and thereafter at each subsequent assessment day
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
The Contract will initially be awarded for a period of 36 months. The Contract may be extended on the same terms and conditions at the Council’s discretion for two further periods of 12 months each, subject to satisfactory performance of the supplier.
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.1.8) 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: 2023/S 000-023889
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 February 2024
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
9 February 2024
Local time
12:05pm
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
High Courts of Justice
London
Country
United Kingdom