Notice Information
Notice Title
Footway, Footpath and Paved Areas 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 footways, footpaths and paved areas within the North Lanarkshire Council geographical boundary. The procurement is driven by the requirement to construct new and extend the life of the existing footway, footpath and paved area network, typically through the process of resurfacing, reconstruction and minor repair works. The requirement also includes the provision of ancillary items such as traffic management, drainage, kerbing etc. to be delivered with the 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 portal. The Council has a requirement to undertake works relating to footways, footpaths and paved areas within the North Lanarkshire Council geographical boundary. The procurement is driven by the requirement to extend the life of the existing footway, footpath and paved area 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; Excavation and reinstatement of existing footways/footpaths and paved areas; Removal and replacement of precast concrete kerb/edging and whin kerbs; Raise or lower ironwork; Renewal of ironwork; and Minor repairs The works are required in order to ensure that the current footway condition does not deteriorate as shown by the footway condition index. 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 10000000 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02e583
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006483-2022
- 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
45233161 - Footpath construction work
45233253 - Surface work for footpaths
45233300 - Foundation work for highways, roads, streets and footpaths
45233340 - Foundation work for footpaths
Notice Value(s)
- Tender Value
- £10,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £10,000,000 £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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02e583-2022-03-09T15:39:20Z",
"date": "2022-03-09T15:39:20Z",
"ocid": "ocds-h6vhtk-02e583",
"description": "(SC Ref:686366)",
"initiationType": "tender",
"tender": {
"id": "NLC-CPT-21-039",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Footway, Footpath and Paved Areas Resurfacing/Reconstruction and Minor Repairs 2022-2026",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45233161",
"description": "Footpath construction work"
},
"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 footways, footpaths and paved areas within the North Lanarkshire Council geographical boundary. The procurement is driven by the requirement to construct new and extend the life of the existing footway, footpath and paved area network, typically through the process of resurfacing, reconstruction and minor repair works. The requirement also includes the provision of ancillary items such as traffic management, drainage, kerbing etc. to be delivered with the works.",
"value": {
"amount": 10000000,
"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 portal. The Council has a requirement to undertake works relating to footways, footpaths and paved areas within the North Lanarkshire Council geographical boundary. The procurement is driven by the requirement to extend the life of the existing footway, footpath and paved area 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; Excavation and reinstatement of existing footways/footpaths and paved areas; Removal and replacement of precast concrete kerb/edging and whin kerbs; Raise or lower ironwork; Renewal of ironwork; and Minor repairs The works are required in order to ensure that the current footway condition does not deteriorate as shown by the footway condition index. 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 10000000 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"
}
]
},
"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": "45233161",
"description": "Footpath construction work"
},
{
"scheme": "CPV",
"id": "45233253",
"description": "Surface work for footpaths"
},
{
"scheme": "CPV",
"id": "45233300",
"description": "Foundation work for highways, roads, streets and footpaths"
},
{
"scheme": "CPV",
"id": "45233340",
"description": "Foundation work for footpaths"
}
],
"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-45817",
"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"
}
}
],
"buyer": {
"id": "GB-FTS-689",
"name": "North Lanarkshire Council"
},
"language": "en",
"awards": [
{
"id": "006483-2022-NLC-CPT-21-039-1",
"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-45817",
"name": "Luddon Construction Ltd"
},
{
"id": "GB-FTS-46456",
"name": "MacLay Civil Engineering Ltd"
},
{
"id": "GB-FTS-46457",
"name": "Newlay Civil Engineering Ltd"
}
]
}
],
"contracts": [
{
"id": "006483-2022-NLC-CPT-21-039-1",
"awardID": "006483-2022-NLC-CPT-21-039-1",
"status": "active",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"dateSigned": "2022-03-09T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 9
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 9
}
]
}
}