Tender

Resurfacing and Relining of Sopers Road Car Park, Cuffley

  • Northaw & Cuffley Parish Council

F02: Contract notice

Notice identifier: 2025/S 000-065512

Procurement identifier (OCID): ocds-h6vhtk-05cd1c

Published 15 October 2025, 11:07am



Section one: Contracting authority

one.1) Name and addresses

Northaw & Cuffley Parish Council

7 Maynard Place

Cuffley

EN64JA

Contact

Lisa Peters

Email

clerk@northawcuffley-pc.gov.uk

Telephone

+44 7375962772

Country

United Kingdom

Region code

UKH23 - Hertfordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.northawcuffleypc-gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.northawcuffleypc-gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

Resurfacing and Relining of Sopers Road Car Park, Cuffley

two.1.2) Main CPV code

  • 45233250 - Surfacing work except for roads

two.1.3) Type of contract

Works

two.1.4) Short description

Northaw & Cuffley Parish Council invites tenders for the resurfacing and relining of Sopers Road Car Park, Cuffley, which accommodates approximately 83 parking spaces. The work must ensure compliance with Disability Discrimination Act (DDA) requirements and improve the surface quality for all users.

The selected contractor will be responsible for removing the existing surface, preparing the base, resurfacing, and relining the car park, ensuring all works are carried out in accordance with relevant British Standards and industry best practices.

two.1.5) Estimated total value

Value excluding VAT: £70,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
Main site or place of performance

Sopers Road Car Park, Cuffley EN6 4RY

two.2.4) Description of the procurement

Northaw & Cuffley Parish Council invites tenders from suitably qualified and experienced contractors for the resurfacing and relining of Sopers Road Car Park, Cuffley, which provides approximately 83 marked parking spaces, including existing disabled bays and designated pedestrian routes.

The works will involve the complete removal of the existing tarmac surface, preparation and repair of the sub-base as necessary, and the supply and laying of new asphalt surfacing to a high-quality, durable standard appropriate for public car parks with regular vehicular use.

Following resurfacing, the contractor will be required to reline all parking bays and markings, ensuring:

Compliance with current Disability Discrimination Act (DDA) and BS 8300 accessibility standards.

Inclusion of disabled parking bays, parent and child bays (if required), directional arrows, and pedestrian walkways as per the approved layout plan.

High-visibility, weather-resistant line markings applied using thermoplastic or equivalent industry-approved materials.

The contractor will also be responsible for:

Temporary traffic and site management, including safe access for pedestrians and adjacent properties.

Removal and lawful disposal of all waste materials arising from the works.

Providing all necessary plant, equipment, and labour to complete the works to specification.

Ensuring compliance with relevant British Standards, Highways Specifications (Series 900), and all applicable health and safety legislation.

Delivering works within the agreed timeframe and minimising disruption to car park users and surrounding residents.

The objective of the procurement is to improve the safety, accessibility, and longevity of the car park surface and ensure the facility remains fit for purpose for all users.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £70,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2025

End date

1 March 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Tenderers must be able to demonstrate that they are legally entitled and suitably qualified to carry out the works described.

Professional and Legal Status

Tenderers must be registered on an appropriate professional or trade register in the country where they are established.

In the United Kingdom, contractors should be registered with Companies House (if a limited company) or provide valid proof of business registration (if a sole trader or partnership).

Evidence of VAT registration and Unique Taxpayer Reference (UTR) must be provided.

Industry and Trade Accreditations

Contractors should hold, or demonstrate active membership of, one or more of the following (or equivalent):

Street Works Qualification Register (SWQR) - where works are near or affect the public highway.

Constructionline, CHAS, or SafeContractor accreditation (or equivalent SSIP-approved scheme) as evidence of competence, safety, and reliability.

CSCS (Construction Skills Certification Scheme) cards for all operatives working on site.

Evidence of compliance with relevant British Standards (e.g. BS EN 13108 for asphalt materials, BS 594987 for laying procedures).

Insurance and Financial Standing

Public Liability Insurance of no less than £5 million.

Employer's Liability Insurance of no less than £10 million.

Professional Indemnity Insurance (where applicable).

The Council reserves the right to request evidence of financial stability or audited accounts.

Health, Safety, and Environmental Compliance

Tenderers must operate a written Health and Safety Policy compliant with the Health and Safety at Work etc. Act 1974.

Evidence of compliance with the Construction (Design and Management) Regulations 2015 (CDM 2015) must be provided.

Contractors should have appropriate environmental management procedures to ensure safe waste disposal and minimal environmental impact.

Exclusion Grounds

Tenderers must confirm that none of the statutory exclusion criteria under the Public Contracts Regulations 2015 apply (e.g. bankruptcy, corruption, non-payment of taxes, or serious professional misconduct).

three.1.2) Economic and financial standing

List and brief description of selection criteria

Tenderers must be able to demonstrate that they are legally entitled and suitably qualified to carry out the works described.

Professional and Legal Status

Tenderers must be registered on an appropriate professional or trade register in the country where they are established.

In the United Kingdom, contractors should be registered with Companies House (if a limited company) or provide valid proof of business registration (if a sole trader or partnership).

Evidence of VAT registration and Unique Taxpayer Reference (UTR) must be provided.

Industry and Trade Accreditations

Contractors should hold, or demonstrate active membership of, one or more of the following (or equivalent):

Street Works Qualification Register (SWQR) - where works are near or affect the public highway.

Constructionline, CHAS, or SafeContractor accreditation (or equivalent SSIP-approved scheme) as evidence of competence, safety, and reliability.

CSCS (Construction Skills Certification Scheme) cards for all operatives working on site.

Evidence of compliance with relevant British Standards (e.g. BS EN 13108 for asphalt materials, BS 594987 for laying procedures).

Insurance and Financial Standing

Public Liability Insurance of no less than £5 million.

Employer's Liability Insurance of no less than £10 million.

Professional Indemnity Insurance (where applicable).

The Council reserves the right to request evidence of financial stability or audited accounts.

Health, Safety, and Environmental Compliance

Tenderers must operate a written Health and Safety Policy compliant with the Health and Safety at Work etc. Act 1974.

Evidence of compliance with the Construction (Design and Management) Regulations 2015 (CDM 2015) must be provided.

Contractors should have appropriate environmental management procedures to ensure safe waste disposal and minimal environmental impact.

Exclusion Grounds

Tenderers must confirm that none of the statutory exclusion criteria under the Public Contracts Regulations 2015 apply (e.g. bankruptcy, corruption, non-payment of taxes, or serious professional misconduct).

Minimum level(s) of standards possibly required

To be considered for this contract, tenderers must meet the following minimum standards relating to capability, competence, financial stability, and quality of performance:

Experience and Technical Competence

Demonstrable experience of successfully completing at least two similar resurfacing and relining projects for public or commercial car parks within the last three years.

Ability to provide references and contact details for previous clients confirming satisfactory performance, quality of workmanship, and adherence to timescales and budgets.

Employment of appropriately qualified personnel, including supervisors and operatives holding valid CSCS cards and any other relevant trade certifications.

Health and Safety Compliance

Full compliance with the Health and Safety at Work etc. Act 1974, CDM Regulations 2015, and other relevant legislation.

Possession of a written Health and Safety Policy, risk assessments, and method statements relevant to the works proposed.

Evidence of training and supervision arrangements for all staff working on site.

Environmental and Waste Management

Commitment to environmentally responsible practices, including the safe and legal disposal or recycling of waste materials.

Use of materials and methods compliant with relevant environmental standards and British Standards.

Insurance and Financial Standing

Public Liability Insurance of at least £5 million.

Employer's Liability Insurance of at least £10 million.

The Council reserves the right to assess the contractor's financial stability and may request recent accounts or evidence of solvency.

Quality and Performance Standards

All materials and workmanship must comply with British Standards and Highways Specifications (Series 900).

Line marking materials must conform to BS EN 1871 and BS EN 1436 for performance, durability, and reflectivity.

Works must be completed within the agreed programme and to the satisfaction of the Council's appointed representative.

Equality, Safeguarding, and Conduct

Compliance with the Equality Act 2010 and any safeguarding requirements applicable to public sites.

Contractors and their staff must conduct themselves professionally and respectfully towards the public and Parish Council representatives at all times.

three.1.3) Technical and professional ability

List and brief description of selection criteria

ender submissions will be assessed against a combination of quality, capability, and cost considerations to ensure the appointment of a contractor who can deliver the works efficiently, responsibly, and to the required standard.

The evaluation will consider:

Environmental Standards & Impact (15%) - The extent to which the contractor demonstrates sustainable working methods, responsible waste disposal, material recycling, and minimisation of environmental impact during the works.

Ability to Meet Project Timelines (25%) - Evidence of the contractor's capacity, resources, and project management approach to complete the resurfacing and relining works within the required timeframe while maintaining quality and safety.

Community Value (5%) - The contractor's commitment to supporting local community priorities, including minimising disruption to residents, engaging with local suppliers, and demonstrating social value where possible.

Experience & Financial Capability (15%) - Proven track record of completing similar resurfacing projects to a high standard, supported by references and evidence of financial stability to deliver the contract successfully.

Cost & Value for Money (40%) - Overall price competitiveness, transparency of cost breakdown, and demonstration of best value for the Parish Council in delivering a durable, compliant, and cost-effective outcome.

The Council will evaluate all compliant tenders against these criteria and shortlist the highest-scoring submissions for consideration prior to final contractor selection.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

5. Conditions of Contract

The contract will be exclusively between the appointed contractor and Northaw & Cuffley Parish Council ("the Council"). The contractor shall not assign, transfer, or subcontract any part of the works without the prior written consent of the Council.

The contractor shall be fully responsible for the quality, safety, and compliance of all labour, equipment, materials, and workmanship used in the delivery of the works. All materials and equipment must conform to current British Standards, Health & Safety, and Environmental Regulations.

Any damage to surrounding infrastructure, property, or landscaping caused by the works or by the contractor's employees, agents, or subcontractors must be repaired or reinstated at the contractor's expense and to the satisfaction of the Council.

The Council reserves the right to withhold payment for any work which is incomplete, unsatisfactory, or non-compliant with the agreed specification until rectified.

The contractor shall ensure that all staff and subcontractors are competent, trained, and qualified to carry out the works required.

The Council reserves the right to terminate the contract immediately should there be a material breach of contract, health and safety negligence, or failure to perform within agreed timescales.

The appointed contractor shall maintain, for the full duration of the works, the following minimum insurance coverages:

Public Liability Insurance: Minimum £10 million

Employer's Liability Insurance: Minimum £10 million

Professional Indemnity Insurance: Minimum £5 million (where design, advice, or specifications are provided)

Evidence of insurance cover must be provided prior to the commencement of works and upon request during the contract period.

All works must be carried out in accordance with the Construction (Design and Management) Regulations 2015 (CDM 2015), and the contractor must cooperate fully with the Council or its appointed representative in fulfilling the duties of Client under these Regulations.

6. Health and Safety

The appointed contractor must:

Submit a comprehensive Health & Safety Plan to the Council prior to the commencement of works.

Ensure full compliance with the Health and Safety at Work etc. Act 1974, the Management of Health and Safety at Work Regulations 1999, and all other applicable legislation, codes of practice, and guidance.

Provide all necessary Personal Protective Equipment (PPE) to employees, subcontractors, and visitors to the site.

Maintain clear and visible site safety signage, ensuring safe access and egress for pedestrians and vehicles at all times.

Provide detailed Risk Assessments and Method Statements (RAMS) specific to the site and nature of the works at least five working days prior to commencement.

Ensure a safe working environment is maintained at all times, particularly where members of the public have access to or pass near the work area.

Nominate a competent Site Safety Officer or Supervisor responsible for day-to-day safety management and liaison with the Council.

Report immediately to the Council any accidents, incidents, or near misses, and cooperate fully in any subsequent investigation.


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.2.2) Time limit for receipt of tenders or requests to participate

Date

5 November 2025

Local time

11:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30 November 2025

four.2.7) Conditions for opening of tenders

Date

6 November 2025

Local time

9:00am

Place

7 Maynard Place

Cuffley

EN6 4JA

Information about authorised persons and opening procedure

Lisa Peters

Parish Clerk

Northaw & Cuffley Parish Council

Parish Office, Cuffley Hall

Maynard Place

Cuffley, Herts

EN6 4JA

email: clerk@northawcuffley-pc.gov.uk


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Payment Conditions

Payment Structure:

Payment will be made by Northaw & Cuffley Parish Council ("the Council") upon satisfactory completion of the works and approval by the Council's appointed representative. Interim payments may be considered for larger or phased projects but must be agreed in writing before commencement.

Invoicing:

The contractor must submit a detailed invoice upon completion of the works, clearly stating:

The contract reference and site location.

A full breakdown of costs (labour, materials, plant, and any approved variations).

Dates of work carried out.

Confirmation that the works have been completed in accordance with the specification and Health & Safety requirements.

Payment Terms:

Payment will normally be made within 30 days of receipt of a valid invoice, subject to:

Completion of the works to the satisfaction of the Council.

Confirmation that there are no outstanding defects or snagging issues.

Receipt of any requested supporting documentation (e.g. waste transfer notes, certificates, warranties, or as-built plans).

Retention:

The Council reserves the right to retain 5% of the total contract value for a period of 3 months following completion to ensure that all defects or deficiencies are rectified. The retained amount will be released upon final inspection and written acceptance by the Council.

Variations and Additional Works:

Any variations, additional works, or unforeseen costs must be approved in writing by the Council before the contractor proceeds. Unauthorised works will not be paid.

Defective Work:

If the Council identifies any defective or incomplete work, payment may be withheld until such defects are corrected to the Council's satisfaction.

Final Completion and Sign-Off:

Final payment will be made only after the Council has carried out a formal inspection and confirmed that:

The works have been completed to specification.

The site has been left clean, safe, and fully operational.

All relevant certificates, guarantees, and documentation have been received.

six.4) Procedures for review

six.4.1) Review body

Northaw & Cuffley Parish Council

7 Maynard Place

Cuffley

EN6 4JA

Email

clerk@northawcuffley-pc.gov.uk

Telephone

+44 7375962772

Country

United Kingdom

Internet address

www.northawcuffleypc-gov.uk