Award

Framework Agreement for Carriageway and Car Park Resurfacing / Reconstruction and Minor Repairs 2022-2026

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

09 Mar 2022 at 14:51

Tender

28 Sep 2021 at 13:15

Summary of the contracting process

North Lanarkshire Council is conducting a public procurement process for a Framework Agreement titled "Framework Agreement for Carriageway and Car Park Resurfacing / Reconstruction and Minor Repairs 2022-2026". The agreement, falling under the works category, aims to provide resurfacing, reconstruction, and minor repair works within the geographical boundary of North Lanarkshire. The procurement is currently in the award stage, with a total estimated budget of approximately £20,000,000. The tender was initiated on 9th March 2022, with significant details outlined in accompanying documentation for interested suppliers to review.

This tender presents significant opportunities for businesses specialising in civil engineering, road construction, and related ancillary services. Companies that have experience in resurfacing and reconstruction works, as well as those that can provide traffic management and drainage solutions, would be especially well-suited to compete. As the procurement method employed is open, it invites diverse bids from potential suppliers, including small and medium-sized enterprises (SMEs), thereby promoting local economic growth and allowing various contractors to expand their service offerings within the community.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Framework Agreement for Carriageway and Car Park Resurfacing / Reconstruction and Minor Repairs 2022-2026

Notice Description

North Lanarkshire Council intends to establish a multi supplier Framework Agreement for the provision of resurfacing / reconstruction and minor repair works to the existing road network and car parks within the North Lanarkshire Council geographical boundary. A contractual arrangement is required to extend the life of the road network, typical through the process of resurfacing and reconstruction works. The requirement also includes the provision of ancillary items such as traffic management, road markings, drainage, kerbing etc to be delivered with the resurfacing / reconstruction and minor repair works.

Lot Information

Lot 1

The following information is intended as an overview and should assist Tenderers in making an informed decision as to whether to submit a completed ITT for this provision. A full and detailed specification of requirements is provided within Attachment 06b of the document suite and can be downloaded from the additional documentation area with the PCS-T portal. The Council has a requirement to undertake resurfacing / reconstruction and minor repair works to the existing road network and car parks within the North Lanarkshire Council geographical boundary. The procurement is driven by the requirement to extend the life of the road network, typically through the process of resurfacing / reconstruction and minor repair works. The Works will include, but not limited to, items such as: Implementation, maintenance and removal of traffic management; Cold milling; Resurfacing; Raising or lowering of ironwork; Renewal of ironwork; Drainage works; Road markings; Patching; Kerbing; Excavation; and Minor repairs The works are required in order to ensure that the current road condition does not deteriorate as shown by the road condition index, which is measured on an annual basis. The Framework Agreement conditions of contract are NEC3 Framework Contract April 2013 with individual Package Orders being issued under the NEC3 Engineering and Construction Short Contract April 2013. Further information can be found in Attachment 06a Framework Agreement and Call-Off Conditions. Award of this Framework Agreement shall be on the basis of MEAT; the evaluation of a combination of Contractors prices submitted against a pre-priced Schedule of Rates and quality questions. A maximum number of 8 Contractors shall be appointed to this Framework Agreement. The anticipated upper limit of spend to be potentially routed through this Framework Agreement circa 20000000 GBP. Call offs shall be made in compliance with Attachment 07 Call off Procedure. Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Framework Agreement. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The Council intends to include an additional 2 x 12 month extension period which can be utilised should circumstances arise that such an extension is required.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02e582
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006468-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45233223 - Carriageway resurfacing works

Notice Value(s)

Tender Value
£20,000,000 £10M-£100M
Lots Value
£20,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£20,000,000 £10M-£100M

Notice Dates

Publication Date
9 Mar 20223 years ago
Submission Deadline
29 Oct 2021Expired
Future Notice Date
Not specified
Award Date
9 Mar 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
stewartpa@northlan.gov.uk
Contact Phone
+44 1698403876

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
7
Supplier Names

HILLHOUSE QUARRY GROUP LTD T/A MACASPHALT

J H CIVIL ENGINEERING

JOHN MCGEADY

LUDDON CONSTRUCTION

MACLAY CIVIL ENGINEERING

NEWLAY CIVIL ENGINEERING

TARMAC TRADING

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02e582-2022-03-09T14:51:30Z",
    "date": "2022-03-09T14:51:30Z",
    "ocid": "ocds-h6vhtk-02e582",
    "description": "(SC Ref:686354)",
    "initiationType": "tender",
    "tender": {
        "id": "NLC-CPT-21-038",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Framework Agreement for Carriageway and Car Park Resurfacing / Reconstruction and Minor Repairs 2022-2026",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45233223",
            "description": "Carriageway resurfacing works"
        },
        "mainProcurementCategory": "works",
        "description": "North Lanarkshire Council intends to establish a multi supplier Framework Agreement for the provision of resurfacing / reconstruction and minor repair works to the existing road network and car parks within the North Lanarkshire Council geographical boundary. A contractual arrangement is required to extend the life of the road network, typical through the process of resurfacing and reconstruction works. The requirement also includes the provision of ancillary items such as traffic management, road markings, drainage, kerbing etc to be delivered with the resurfacing / reconstruction and minor repair works.",
        "value": {
            "amount": 20000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The following information is intended as an overview and should assist Tenderers in making an informed decision as to whether to submit a completed ITT for this provision. A full and detailed specification of requirements is provided within Attachment 06b of the document suite and can be downloaded from the additional documentation area with the PCS-T portal. The Council has a requirement to undertake resurfacing / reconstruction and minor repair works to the existing road network and car parks within the North Lanarkshire Council geographical boundary. The procurement is driven by the requirement to extend the life of the road network, typically through the process of resurfacing / reconstruction and minor repair works. The Works will include, but not limited to, items such as: Implementation, maintenance and removal of traffic management; Cold milling; Resurfacing; Raising or lowering of ironwork; Renewal of ironwork; Drainage works; Road markings; Patching; Kerbing; Excavation; and Minor repairs The works are required in order to ensure that the current road condition does not deteriorate as shown by the road condition index, which is measured on an annual basis. The Framework Agreement conditions of contract are NEC3 Framework Contract April 2013 with individual Package Orders being issued under the NEC3 Engineering and Construction Short Contract April 2013. Further information can be found in Attachment 06a Framework Agreement and Call-Off Conditions. Award of this Framework Agreement shall be on the basis of MEAT; the evaluation of a combination of Contractors prices submitted against a pre-priced Schedule of Rates and quality questions. A maximum number of 8 Contractors shall be appointed to this Framework Agreement. The anticipated upper limit of spend to be potentially routed through this Framework Agreement circa 20000000 GBP. Call offs shall be made in compliance with Attachment 07 Call off Procedure. Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Framework Agreement. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council intends to include an additional 2 x 12 month extension period which can be utilised should circumstances arise that such an extension is required."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 - If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. The Bidder response to this question for Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section 3.1.1 (Suitability) Fail = response is not compliant with the minimum requirement stated in the Contract Notice section 3.1.1 (Suitability)",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "SPD Selection Criteria Section, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3.",
                    "minimum": "4B.4 - Bidders will be required to state the value(s) for the following financial ratio: Acid Test ratio of 1.00 and above. The acceptable range for Acid Test financial ratio is the bidders most recent financial year where fully audited accounts are available. The Acid Test financial ratio will be calculated as follows: Liquid Assets (Cash and Cash Equivalents + Marketable Securities + Accounts Receivable) / Current Liabilities 4B.4.1 - If the relevant documentation is available electronically, please indicate. 4B.5.1 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate; 4B.5.3 - If the relevant documentation is available electronically, please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their tender: 1) an SPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension period.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPD (Scotland) 4C.1 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. --- SPD (Scotland) 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the Contract. --- SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Quality Assurance is located within attachment VI.3 Additional Information - Part 4D1 & 2 contained within the PCS-T System. --- SPD (Scotland) 4D.2 - Full details of the selection criteria in regards to Quality Assurance is located within attachment VI.3 Additional Information - Part 4D1 & 2 contained within the PCS-T System.",
                    "minimum": "SPD (Scotland)4C.1 - Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Contract which were similar in regards to scope, scale and duration. Within the Qualification Envelope, the bidder should provide a minimum of two (2) examples fully inclusive of the name of the contractual arrangement, a brief description of the requirements, the duration of the contractual arrangement (including start and end dates (month/ year) and the overall value. Bidders who fail to provide suitable examples may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4C.10 - Bidders should confirm whether they intend to subcontract any part of the Contract and if so, what proportion will be sub-contracted. Bidders who fail to demonstrate the percentage of works to be sub-contracted may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Quality Assurance is located within attachment VI.3 Additional Information - Part 4D1 & 2 contained within the PCS-T System. --- SPD (Scotland) 4D.2 - Full details of the selection criteria in regards to Quality Assurance is located within attachment VI.3 Additional Information - Part 4D1 & 2 contained within the PCS-T System. --- SPD (Scotland) 4C.1.2, 4D.1 and 4D.2 will be assessed on a Pass /Fail basis. SPD (Scotland) 4C.10 is for information only and will not be assessed however failure to complete may result in a fail being applied. Any sub-contractors identified may be required to provide a separate SPD (SCOTLAND). Further information on the minimum requirements and full assessment criteria for Parts 4C and 4D of the SPD (Scotland) is located within attachment VI.3 Additional Information - Part 4D1 & 2 contained within the PCS-T System.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Further information is contained within the tender document suite and can be downloaded from the additional documentation area with the PCS-T portal.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 8
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-10-29T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-10-29T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-10-29T12:00:00+01:00",
            "address": {
                "streetAddress": "Tenders received on or after the deadline of 12:00:00 for submission of Tenders will be considered late and not accepted"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session."
    },
    "parties": [
        {
            "id": "GB-FTS-689",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1698403876",
                "email": "stewartpa@northlan.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-26938",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-388",
            "name": "Hillhouse Quarry Group Ltd T/A MacASPHALT",
            "identifier": {
                "legalName": "Hillhouse Quarry Group Ltd T/A MacASPHALT"
            },
            "address": {
                "streetAddress": "25 Scotts Road",
                "locality": "Paisley",
                "region": "UKM",
                "postalCode": "PA2 7AN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-30905",
            "name": "J H Civil Engineering Ltd",
            "identifier": {
                "legalName": "J H Civil Engineering Ltd"
            },
            "address": {
                "streetAddress": "Broadlees Industrial Estate, Carlisle Road, Chapelhall,",
                "locality": "Airdrie",
                "region": "UK",
                "postalCode": "ML6 8RH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-19167",
            "name": "John McGeady Ltd",
            "identifier": {
                "legalName": "John McGeady Ltd"
            },
            "address": {
                "streetAddress": "Craighead Industrial Estate, Whistleberry Road",
                "locality": "Blantyre",
                "region": "UK",
                "postalCode": "G72 0TH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-13424",
            "name": "Luddon Construction Ltd",
            "identifier": {
                "legalName": "Luddon Construction Ltd"
            },
            "address": {
                "streetAddress": "Balmore House, 1497 Balmore Road",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G23 5HD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-46456",
            "name": "MacLay Civil Engineering Ltd",
            "identifier": {
                "legalName": "MacLay Civil Engineering Ltd"
            },
            "address": {
                "streetAddress": "Stirling Road",
                "locality": "AIRDRIE",
                "region": "UK",
                "postalCode": "ML6 7JA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-46457",
            "name": "Newlay Civil Engineering Ltd",
            "identifier": {
                "legalName": "Newlay Civil Engineering Ltd"
            },
            "address": {
                "streetAddress": "55 Glencraig Industrial Estate",
                "locality": "Airdrie",
                "region": "UKM84",
                "postalCode": "ML6 9AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-46458",
            "name": "Tarmac Trading Limited",
            "identifier": {
                "legalName": "Tarmac Trading Limited"
            },
            "address": {
                "streetAddress": "9 The Village, Maisies Way",
                "locality": "South Normanton",
                "region": "UK",
                "postalCode": "DE55 2DS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-689",
        "name": "North Lanarkshire Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "006468-2022-NLC-CPT-21-038-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-388",
                    "name": "Hillhouse Quarry Group Ltd T/A MacASPHALT"
                },
                {
                    "id": "GB-FTS-30905",
                    "name": "J H Civil Engineering Ltd"
                },
                {
                    "id": "GB-FTS-19167",
                    "name": "John McGeady Ltd"
                },
                {
                    "id": "GB-FTS-13424",
                    "name": "Luddon Construction Ltd"
                },
                {
                    "id": "GB-FTS-46456",
                    "name": "MacLay Civil Engineering Ltd"
                },
                {
                    "id": "GB-FTS-46457",
                    "name": "Newlay Civil Engineering Ltd"
                },
                {
                    "id": "GB-FTS-46458",
                    "name": "Tarmac Trading Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "006468-2022-NLC-CPT-21-038-1",
            "awardID": "006468-2022-NLC-CPT-21-038-1",
            "status": "active",
            "value": {
                "amount": 20000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-09T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 8
            }
        ]
    }
}