Notice Information
Notice Title
Minor Engineering Works Framework Contract 2026-2030
Notice 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 <= PS200,000 (Six Suppliers) Lot 2: Structures Work Orders <= PS200,000 (Six Suppliers) Lot 3: Highways Work Orders > PS200,000 and <= PS1,000,000 (Six Suppliers) Lot 4: Structures Work Orders > PS200,000 and <= PS1,000,000 (Six Suppliers) Lot 5: Combined Structures and Highways Work Orders >PS1,000,000 and <= PS4,000,000 (Eight Suppliers) Lot 6: Rail Interface Structures Work orders Orders up to PS1,500,000 (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.
Lot Information
Highway Work Orders <= PS200,000
Highways Work Orders under or equal to PS200,000. This will be for six suppliers. The Award Criteria is 80% Price, 20% Quality.
Structures Works Orders <= PS200,000Structures Works Orders under or equal to PS200,000. This will include six suppliers. The Award Criteria is 80% Price, 20% Quality.
Highway Work Orders > PS200,000 and <= PS1,000,000Highway Work Orders over PS200,000 and under or equal to PS1,000,000. This will include six suppliers. The Award Criteria is 70% Quality, 30% Price.
Structures Work Orders > PS200,000 and <= PS1,000,000Structures Work Orders over PS200,000 and under or equal to PS1,000,000. This will include six suppliers. The Award Criteria is 70% Quality, 30% Price.
Combined Structures and Highways Work Orders >PS1,000,000 and <= PS4,000,000Combined Structures and Highways Work Orders over PS1,000,000 and under or equal to PS4,000,000. This will include eight suppliers. The Award Criteria is 70% Quality, 30% Price.
Rail Interface Structures Work Orders up to PS1,500,000Rail Interface Structures Work Orders up to PS1,500,000. This will include two suppliers. The Award Criteria is 70% Quality, 30% Price.
Planning Information
Devon County Council's (DCC) Minor Engineering Works Framework (MEWF) Contract (2022-2026) is due to expire on 31 March 2026 and a project to consider and procure the next MEWF contract is underway. It is currently envisaged that the successor arrangement will commence on 1 April 2026 and run until 31 March 2030 and will be used to deliver a wide range of civil and structural engineering works associated with the expansion, improvement, and maintenance of DCC's highway, cycleway, waste management, flood risk management and structures assets. The following questionnaire aims to share our current proposals and to gather the market's views for further consideration by the project team in advance of the procurement which is likely to commence in Autumn 2025. https://forms.office.com/e/L8gpznZQfm If your organisation is interested in these forthcoming opportunities, we strongly encourage you to respond as this is a real opportunity to shape DCC's future arrangements. Please be assured that your response to this questionnaire will not be considered as part of any future tender evaluation processes or contract awards. It is suggested that you allow approximately 1 hour to complete this questionnaire although a significantly quicker response is certainly possible. The closing date for responses is 28 March 2025 at 6pm. Devon County Council will be hosting a market engagement meeting to discuss the future delivery options for the MEWF. If you wish to attend, please respond yes to the question at the end of the questionnaire by 6pm on 28 March 2025. We will send you an invite once we have more details, which you can forward to all attendees. As you may know, public procurement has changed as of Monday, 24 February 2025. The Procurement Act 2023 introduces measures to improve and streamline procurement processes, benefiting suppliers of all sizes, especially small businesses, start-ups, and social enterprises. If your business provides goods, works, or services to public or utility sector organisations—or plans to in the future—you need to be aware of these changes. This includes registering on the Central Digital Platform to search and bid for opportunities. More guides are available here: https://www.devon.gov.uk/economy/business-support/how-to-do-business-with-dcc/procurement-act-2023-information-for-suppliers/. Please note that the tender will include setting Conditions of Participation which a supplier must satisfy in order to be awarded the contract. Suppliers who cannot meet the conditions of participation, and thus are not capable of fulfilling the contract, should be excluded as early as possible. The central digital platform will store supplier information that may be relevant to assessing conditions of participation. You will need to ensure that you have submitted up-to-date ‘core supplier information’ on the central digital platform in order to participate. Core supplier information covers basic supplier information i.e. name and address, exclusion grounds information, economic and financial standing information, and connected persons information. Please note that a supplier must or may be excluded due to an exclusion ground applying to ‘connected persons’ (such as beneficial owners, directors, parent and subsidiary companies) or ‘associated persons’ (such as certain key sub-contractors). You will be required to provide this information. Contracting authorities must check whether the supplier’s name or the names of any associated persons or intended sub-contractors are on the debarment list and should also check whether the names of any connected persons of the supplier are on the debarment list, as this may be grounds for considering exclusion of the supplier.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04ea18
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/079724-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
Notice Value(s)
- Tender Value
- £65,000,000 £10M-£100M
- Lots Value
- £65,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Dec 2025Today
- Submission Deadline
- 9 Dec 20254 days to go
- Future Notice Date
- 3 Oct 2025Expired
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2030 4-5 years
- Recurrence
- 2029-10-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEVON COUNTY COUNCIL
- Contact Name
- Miss Chloe Staddon
- Contact Email
- procurement-mailbox@devon.gov.uk
- Contact Phone
- +44 1392381258
Buyer Location
- Locality
- EXETER,
- Postcode
- EX2 4QD
- Post Town
- Exeter
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK4 Devon
- Small Region (ITL 3)
- TLK43 Devon CC
- Delivery Location
- TLK43 Devon CC
-
- Local Authority
- Exeter
- Electoral Ward
- Newtown and St Leonard's
- Westminster Constituency
- Exeter
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/079724-2025
4th December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/062268-2025
3rd October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/008199-2025
6th March 2025 - Preliminary market engagement notice on Find a Tender
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-04ea18-2025-12-04T12:55:48Z",
"date": "2025-12-04T12:55:48Z",
"ocid": "ocds-h6vhtk-04ea18",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PJRC-4623-RJBH",
"name": "Devon County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PJRC-4623-RJBH"
},
"address": {
"streetAddress": "County Hall, Topsham Road,",
"locality": "Exeter,",
"postalCode": "EX2 4QD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK43"
},
"contactPoint": {
"name": "Miss Chloe Staddon",
"email": "procurement-mailbox@devon.gov.uk",
"telephone": "+44 1392381258"
},
"roles": [
"buyer"
],
"details": {
"url": "http://ww.devon.gov.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PJRC-4623-RJBH",
"name": "Devon County Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Devon County Council's (DCC) Minor Engineering Works Framework (MEWF) Contract (2022-2026) is due to expire on 31 March 2026 and a project to consider and procure the next MEWF contract is underway. It is currently envisaged that the successor arrangement will commence on 1 April 2026 and run until 31 March 2030 and will be used to deliver a wide range of civil and structural engineering works associated with the expansion, improvement, and maintenance of DCC's highway, cycleway, waste management, flood risk management and structures assets. The following questionnaire aims to share our current proposals and to gather the market's views for further consideration by the project team in advance of the procurement which is likely to commence in Autumn 2025. https://forms.office.com/e/L8gpznZQfm If your organisation is interested in these forthcoming opportunities, we strongly encourage you to respond as this is a real opportunity to shape DCC's future arrangements. Please be assured that your response to this questionnaire will not be considered as part of any future tender evaluation processes or contract awards. It is suggested that you allow approximately 1 hour to complete this questionnaire although a significantly quicker response is certainly possible. The closing date for responses is 28 March 2025 at 6pm. Devon County Council will be hosting a market engagement meeting to discuss the future delivery options for the MEWF. If you wish to attend, please respond yes to the question at the end of the questionnaire by 6pm on 28 March 2025. We will send you an invite once we have more details, which you can forward to all attendees. As you may know, public procurement has changed as of Monday, 24 February 2025. The Procurement Act 2023 introduces measures to improve and streamline procurement processes, benefiting suppliers of all sizes, especially small businesses, start-ups, and social enterprises. If your business provides goods, works, or services to public or utility sector organisations--or plans to in the future--you need to be aware of these changes. This includes registering on the Central Digital Platform to search and bid for opportunities. More guides are available here: https://www.devon.gov.uk/economy/business-support/how-to-do-business-with-dcc/procurement-act-2023-information-for-suppliers/. Please note that the tender will include setting Conditions of Participation which a supplier must satisfy in order to be awarded the contract. Suppliers who cannot meet the conditions of participation, and thus are not capable of fulfilling the contract, should be excluded as early as possible. The central digital platform will store supplier information that may be relevant to assessing conditions of participation. You will need to ensure that you have submitted up-to-date 'core supplier information' on the central digital platform in order to participate. Core supplier information covers basic supplier information i.e. name and address, exclusion grounds information, economic and financial standing information, and connected persons information. Please note that a supplier must or may be excluded due to an exclusion ground applying to 'connected persons' (such as beneficial owners, directors, parent and subsidiary companies) or 'associated persons' (such as certain key sub-contractors). You will be required to provide this information. Contracting authorities must check whether the supplier's name or the names of any associated persons or intended sub-contractors are on the debarment list and should also check whether the names of any connected persons of the supplier are on the debarment list, as this may be grounds for considering exclusion of the supplier.",
"dueDate": "2025-03-28T23:59:59Z",
"status": "scheduled"
}
],
"documents": [
{
"id": "008199-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008199-2025",
"datePublished": "2025-03-06T13:13:45Z",
"format": "text/html"
}
]
},
"tender": {
"id": "CP2583-24",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Minor Engineering Works Framework Contract 2026-2030",
"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 <= PS200,000 (Six Suppliers) Lot 2: Structures Work Orders <= PS200,000 (Six Suppliers) Lot 3: Highways Work Orders > PS200,000 and <= PS1,000,000 (Six Suppliers) Lot 4: Structures Work Orders > PS200,000 and <= PS1,000,000 (Six Suppliers) Lot 5: Combined Structures and Highways Work Orders >PS1,000,000 and <= PS4,000,000 (Eight Suppliers) Lot 6: Rail Interface Structures Work orders Orders up to PS1,500,000 (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.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK43",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "6"
}
],
"mainProcurementCategory": "works",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
},
"status": "active",
"title": "Highway Work Orders <= PS200,000",
"description": "Highways Work Orders under or equal to PS200,000. This will be for six suppliers. The Award Criteria is 80% Price, 20% Quality.",
"value": {
"amountGross": 12360000,
"amount": 10300000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
}
},
{
"id": "2",
"title": "Structures Works Orders <= PS200,000",
"description": "Structures Works Orders under or equal to PS200,000. This will include six suppliers. The Award Criteria is 80% Price, 20% Quality.",
"status": "active",
"value": {
"amountGross": 8280000,
"amount": 6900000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
}
},
{
"id": "3",
"title": "Highway Work Orders > PS200,000 and <= PS1,000,000",
"description": "Highway Work Orders over PS200,000 and under or equal to PS1,000,000. This will include six suppliers. The Award Criteria is 70% Quality, 30% Price.",
"status": "active",
"value": {
"amountGross": 22560000,
"amount": 18800000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
}
},
{
"id": "4",
"title": "Structures Work Orders > PS200,000 and <= PS1,000,000",
"description": "Structures Work Orders over PS200,000 and under or equal to PS1,000,000. This will include six suppliers. The Award Criteria is 70% Quality, 30% Price.",
"status": "active",
"value": {
"amountGross": 15000000,
"amount": 12500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
}
},
{
"id": "5",
"title": "Combined Structures and Highways Work Orders >PS1,000,000 and <= PS4,000,000",
"description": "Combined Structures and Highways Work Orders over PS1,000,000 and under or equal to PS4,000,000. This will include eight suppliers. The Award Criteria is 70% Quality, 30% Price.",
"status": "active",
"value": {
"amountGross": 15600000,
"amount": 13000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
}
},
{
"id": "6",
"title": "Rail Interface Structures Work Orders up to PS1,500,000",
"description": "Rail Interface Structures Work Orders up to PS1,500,000. This will include two suppliers. The Award Criteria is 70% Quality, 30% Price.",
"status": "active",
"value": {
"amountGross": 4200000,
"amount": 3500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
}
}
],
"communication": {
"futureNoticeDate": "2025-10-03T23:59:59Z"
},
"status": "active",
"value": {
"amountGross": 78000000,
"amount": 65000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 34,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"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 PS100k, 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 PS100k. 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. ________________________________________"
}
},
"submissionMethodDetails": "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/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-12-09T12:00:00Z"
},
"enquiryPeriod": {
"endDate": "2025-11-14T12:00:00Z"
},
"awardPeriod": {
"endDate": "2026-03-12T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "062268-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062268-2025",
"datePublished": "2025-10-03T15:50:02+01:00",
"format": "text/html"
},
{
"id": "079724-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/079724-2025",
"datePublished": "2025-12-04T12:55:48Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2029-10-01T23:59:59+01:00"
},
{
"startDate": "2029-10-01T23:59:59+01:00"
}
]
},
"riskDetails": "-Local Government Review (Abolishment of two-tier councils) -Inflation -Change in type of works -Maximum Framework Value - exceeded -Regulatory changes -Insurance requirements",
"amendments": [
{
"id": "079724-2025",
"description": "The tender deadline has been extended to Tuesday 9th December 2025 at 12:00PM due to the changes made to the Tender Price Calculation Sheet on Lot 2 as outlined in thread 52.1 on the messaging facility associated with this procurement, at the Authority's e-tendering portal (Procontract) https://www.supplyingthesouthwest.org.uk/"
}
]
},
"language": "en"
}