Tender

Minor Engineering Works Framework Contract 2026-2030

  • Devon County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-062268

Procurement identifier (OCID): ocds-h6vhtk-04ea18 (view related notices)

Published 3 October 2025, 3:50pm



Scope

Reference

CP2583-24

Description

A framework agreement covering the period from April 2026 to March 2030 to deliver civil and structural engineering works associated with the expansion, improvement, and maintenance of Devon County Council's highway, cycleway, waste management, flood risk management and structures assets including, without limitation, the following types of schemes:

• Highway maintenance, improvement and new construction.

• Bridges and structures maintenance, improvement, inspection and new construction.

• Slope stabilisation and retaining walls.

• Walking and cycling.

• Multi-use trails.

• Traffic management and traffic signals.

• Waste management including recycling centres and works on redundant landfill sites.

• Highway depots.

• Flood and coastal risk management.

• Car park, park and ride / change.

• Public transport, bus priority and passenger transport.

• Public realm/town centre enhancement

The framework will consist of 6 (six) Lots as follows (values are excluding VAT):

Lot 1: Highways Work Orders ≤ £200,000 (Six Suppliers)

Lot 2: Structures Work Orders ≤ £200,000 (Six Suppliers)

Lot 3: Highways Work Orders > £200,000 and ≤ £1,000,000 (Six Suppliers)

Lot 4: Structures Work Orders > £200,000 and ≤ £1,000,000 (Six Suppliers)

Lot 5: Combined Structures and Highways Work Orders >£1,000,000 and ≤ £4,000,000 (Eight Suppliers)

Lot 6: Rail Interface Structures Work orders Orders up to £1,500,000 (Two Suppliers).

The framework will be carried out under the terms and conditions of the NEC4 Framework Contract June 2017 and any additional conditions of contract. Work Orders will be carried out under the terms and conditions of the NEC4 Engineering and Construction Contract June 2017 (with amendments January 2023) and any additional conditions of contract.

The number of schemes that will be issued through the framework is currently unknown.

Spend for the total framework is identified below, with historic spend data contained within the supplementary information found in Volume 8 of the procurement documents.

Commercial tool

Establishes a framework

Total value (estimated)

  • £65,000,000 excluding VAT
  • £78,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2030
  • 4 years

Main procurement category

Works

CPV classifications

  • 45000000 - Construction work

Contract locations

  • UKK43 - Devon CC

Lot 1. Highway Work Orders ≤ £200,000

Description

Highways Work Orders under or equal to £200,000. This will be for six suppliers.

The Award Criteria is 80% Price, 20% Quality.

Lot value (estimated)

  • £10,300,000 excluding VAT
  • £12,360,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Structures Works Orders ≤ £200,000

Description

Structures Works Orders under or equal to £200,000. This will include six suppliers.

The Award Criteria is 80% Price, 20% Quality.

Lot value (estimated)

  • £6,900,000 excluding VAT
  • £8,280,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Highway Work Orders > £200,000 and ≤ £1,000,000

Description

Highway Work Orders over £200,000 and under or equal to £1,000,000. This will include six suppliers.

The Award Criteria is 70% Quality, 30% Price.

Lot value (estimated)

  • £18,800,000 excluding VAT
  • £22,560,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Structures Work Orders > £200,000 and ≤ £1,000,000

Description

Structures Work Orders over £200,000 and under or equal to £1,000,000. This will include six suppliers.

The Award Criteria is 70% Quality, 30% Price.

Lot value (estimated)

  • £12,500,000 excluding VAT
  • £15,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Combined Structures and Highways Work Orders >£1,000,000 and ≤ £4,000,000

Description

Combined Structures and Highways Work Orders over £1,000,000 and under or equal to £4,000,000. This will include eight suppliers.

The Award Criteria is 70% Quality, 30% Price.

Lot value (estimated)

  • £13,000,000 excluding VAT
  • £15,600,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 6. Rail Interface Structures Work Orders up to £1,500,000

Description

Rail Interface Structures Work Orders up to £1,500,000. This will include two suppliers.

The Award Criteria is 70% Quality, 30% Price.

Lot value (estimated)

  • £3,500,000 excluding VAT
  • £4,200,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

34

Maximum percentage fee charged to suppliers

0%

Framework operation description

Lots 1 and 2 - Direct Award Procedure

Used when Rogue Items are ≤20% of the estimated works value, or in emergency situations, Supplier's are ranked based on an assessment price comprising:

1. Schedule of Rates - used to determine the price for elements of the proposed works by identifying applicable items and quantities, and applying the rates from the Supplier's schedule of rates.

2. Rogue Items - based on the Client's Representative estimated value of Rogue Items, adjusted by each Supplier's Contract Data Part Two fee percentage.

3. Estimated Value of Compensation Events Post-Contract Date - a standard value (typically 10-20% of the estimated works value) is applied, incorporating fixed proportions for People, Equipment, and Materials, along with assumed total people hours and their fixed percentage distribution. This is then applied equally and adjusted using each Supplier's Contract Data Part Two rates and percentages.

The full methodology and weightings are detailed in Annex 05, Volume 02. The Supplier with the lowest assessment price who confirms ability to fulfil the Work Order is selected.

________________________________________

Lots 1 and 2 - Mini-Competition Procedure

Used when Rogue Items are >20% of the estimated works value. Suppliers submit quotations based on:

• NEC4 Main Option A - Priced contract with activity schedule.

• NEC4 Main Option B - Priced contract with bill of quantities with priced Rogue Items.

Quotations are evaluated on price only, using a similar assessment methodology as direct awards excluding item 2 for Option B and excluding items 1 and 2 for Option A.

________________________________________

Lots 3, 4 and 5 - Mini-Competition Procedure

Depending on scheme specific risks, quotations may be evaluated on either a price only or price and quality basis. Price submissions follow NEC4 Main Option A or B as above (excluding Rogue Items).

A quality assessment is required where risks are significant (e.g. contaminated land, ecological sensitivity, technical complexity, multiparty collaboration). Quality is weighted 20-30% of the total evaluation. Suppliers respond to tailored quality questions set out in the RFQ.

Price Only Evaluation

• Assessment price is calculated using the total of the Prices from the activity schedule or bill of quantities and the Estimated Value of Compensation Events Post-Contract Date as outlined above.

• Suppliers are ranked by lowest assessment price.

The full methodology is detailed in Annex 05, Volume 02.

Price and Quality Evaluation

• Price Score: As above, but instead of suppliers being ranked by lowest assessment price, the Inverse Proportionality Method is used as outlined in the tender documents, with scores multiplied by the price weighting.

• Quality Score: Responses are scored using a 0-5 matrix. Definitions range from Very Poor (0) to Excellent (5). A moderation process ensures a single consensus score per question. If consensus cannot be reached, the majority score is used.

Each consensus score is:

o Divided by 5 to get a factored score.

o Multiplied by the question weighting to get a weighted score.

o All weighted scores are summed to give the final quality score.

• Final Evaluation Score: Weighted price and quality scores are combined to produce a final score out of 100. Suppliers are ranked accordingly.

________________________________________

Lot 6 - Direct Award Procedure

Used when the estimated works value is less than £100k, or in emergency situations.

Work orders will be administered under NEC4 Main Option E, suppliers are appointed on a "taxi rank" system basis.

________________________________________

Lot 6 - Mini-Competition Procedure

Used when the estimated works value is more than £100k.

Work orders will be administered under NEC4 Main Option C.

Assessment Price - Calculated using:

• The total of the Prices from each Supplier's fully priced Activity Schedule, plus

• The Estimated Value of Compensation Events Post-Contract Date - a standard value (typically 10-20% of the total of the Prices) is applied, along with a standard percentage for staff rates (typically 10-30% of the estimated Compensation Events), assumed percentages for time spent on the Contract, and average rates. These are applied equally and adjusted using each Supplier's Contract Data Part Two rates and percentages.

• Suppliers are ranked by lowest assessment price.

The full methodology is detailed in Annex 05, Volume A. The Supplier with the lowest assessment price who confirms ability to fulfil the Work Order is selected.

________________________________________

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1. Highway Work Orders ≤ £200,000

Lot 2. Structures Works Orders ≤ £200,000

Lot 3. Highway Work Orders > £200,000 and ≤ £1,000,000

Lot 4. Structures Work Orders > £200,000 and ≤ £1,000,000

Lot 5. Combined Structures and Highways Work Orders >£1,000,000 and ≤ £4,000,000

Lot 6. Rail Interface Structures Work Orders up to £1,500,000

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

14 November 2025, 12:00pm

Tender submission deadline

5 December 2025, 12:00pm

Submission address and any special instructions

The tender documents associated with this procurement are available for unrestricted and full direct access, free of charge, at the Authority's e-tendering portal (Procontract)

https://www.supplyingthesouthwest.org.uk/

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

12 March 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 October 2029


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 70%
Price Price 30%

Other information

Description of risks to contract performance

-Local Government Review (Abolishment of two-tier councils)

-Inflation

-Change in type of works

-Maximum Framework Value - exceeded

-Regulatory changes

-Insurance requirements

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Devon County Council

  • Public Procurement Organisation Number: PJRC-4623-RJBH

County Hall, Topsham Road,

Exeter,

EX2 4QD

United Kingdom

Region: UKK43 - Devon CC

Organisation type: Public authority - sub-central government