Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

East Midlands

Category Works

Type

No. of Lots 1

Status Active

Published 25th Aug 2023

Tender Details
Referenceocds-h6vhtk-03f6fa
Common Procurement VocabularyConstruction work for highways, roads
Procurement MethodOpen procedure
Value£4,000,000
More Tenders »

East Midlands

Category Works

Type

No. of Lots 1

Status Active

Published 25th Aug 2023

Tender Details
Referenceocds-h6vhtk-03f6fa
Common Procurement VocabularyConstruction work for highways, roads
Procurement MethodOpen procedure
Value£4,000,000

Section I: Contracting authority

I.1) Name and addresses

Leicestershire County Council

County Hall, Leicester Road, Glenfield

Leicester

LE3 8RA

Contact

Mr Steven Davidson

Email

steven.davidson [at] leics.gov.uk

Telephone

+44 0

Country

United Kingdom

NUTS 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

I.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=0b8170b8-2843-ee11-8124-005056b64545

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=0b8170b8-2843-ee11-8124-005056b64545

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Civil Resources_2023

Reference number

DN686918

II.1.2) Main CPV code

  • 45233100 - Construction work for highways, roads

II.1.3) Type of contract

Works

II.1.4) Short description

The Council has a directly employed workforce that undertakes highways maintenance works, including:

• carriageway and footway patching

• carriageway and footway ironwork adjustment and/or replacement

• minor construction works

• brick laying

The Council is looking to appoint suitably qualified and experienced bidders to a framework contract. Bidders appointed to the framework contract must be able to supply suitably trained and experienced highway maintenance resources (i.e. – operatives with vehicles and equipment) to supplement the Council’s directly employed workforce, on an ad-hoc basis.

From the commencement of the framework contract, the Council anticipates a need for four teams comprising of two highway maintenance operatives paired with a 7.5t drop side lorry, per team. The number of teams may fluctuate up or down depending on the Council’s commitments and/or budget.

All teams will work under the direct instruction and supervision of the Council’s employees.

The Council may additionally require the ad-hoc provision of other resources, as identified in ‘Document 5 - Price List’

II.1.5) Estimated total value

Value excluding VAT: £4,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKF22 - Leicestershire CC and Rutland

II.2.4) Description of the procurement

The Council has a directly employed workforce that undertakes highways maintenance works, including:

• carriageway and footway patching

• carriageway and footway ironwork adjustment and/or replacement

• minor construction works

• brick laying

The Council is looking to appoint suitably qualified and experienced bidders to a framework contract. Bidders appointed to the framework contract must be able to supply suitably trained and experienced highway maintenance resources (i.e. – operatives with vehicles and equipment) to supplement the Council’s directly employed workforce, on an ad-hoc basis.

From the commencement of the framework contract, the Council anticipates a need for four teams comprising of two highway maintenance operatives paired with a 7.5t drop side lorry, per team. The number of teams may fluctuate up or down depending on the Council’s commitments and/or budget.

All teams will work under the direct instruction and supervision of the Council’s employees.

The Council may additionally require the ad-hoc provision of other resources, as identified in ‘Document 5 - Price List’

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35

Price - Weighting: 65

II.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

In the case of framework agreements, provide justification for any duration exceeding 4 years:

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

4 October 2023

Local time

12:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

4 October 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Courts of Justice

London

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Leicestershire County Council (LCC) will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. Applicants/Tenderers who are unsuccessful shall be informed by LCC as soon as possible after the decision has been made as to the reasons why the applicant/tenderer was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to review the award decision before the contract is entered into.