Award

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

NORTH LANARKSHIRE COUNCIL

This public procurement record has 3 releases in its history.

Award

23 May 2018 at 00:00

TenderUpdate

13 Dec 2017 at 00:00

Tender

08 Dec 2017 at 00:00

Summary of the contracting process

North Lanarkshire Council is inviting tenders for a Framework Agreement focused on Carriageway and Car Park Resurfacing, Reconstruction, and Minor Repairs within its geographical area. The procurement process is currently at the Award stage, with the tender document published on 17th May 2018. This open procedure includes two lots: Lot 1 aimed at works generally under £50,000 and Lot 2 for works exceeding £50,000. The value of the entire contract is estimated at £20 million, and while the exact timeline for submissions has concluded, the contract remains active for implementation.

This tender presents significant opportunities for construction firms, particularly those specialising in roadworks, civil engineering, and ancillary services such as traffic management and drainage. Companies with experience in delivering similar works are well-suited to compete, especially if they meet the Council's requirement for previous experience and maintain adequate financial and insurance capacities. Furthermore, the Framework Agreement encourages involvement from SMEs and sub-contractors, opening pathways for local businesses looking to engage in public sector projects.

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

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 - Carriageway & Car Parking Resurfacing / Reconstruction and Minor Repairs - Generally works up to 50000 GBP

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. Lot 1 will comprise of reactive and planned maintenance work for individual jobs/projects with a value generally less than 50000 GBP. Award of this lot 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 lot. The anticipated upper limit of spend to be potentially routed through this lot circa 10800000 GBP. Call offs from this lot 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. 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.. 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.

Lot 2 - Carriageway & Car Parking Resurfacing / Reconstruction and Minor Repairs - Generally works above 50000 GBP

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. Lot 2 will comprise of planned maintenance and replacement work for individual jobs/projects with a value generally more than 50000 GBP. Award of this lot on the basis of MEAT; the evaluation of a combination of Contractors prices submitted against one or more exemplar projects and quality questions. A maximum of 8 contractors shall be appointed to this lot. The anticipated upper limit of spend to be potentially routed through this lot circa 9200000 GBP. Call offs from this lot 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. 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.. 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000517185
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319944
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

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
Not specified

Notice Dates

Publication Date
23 May 20187 years ago
Submission Deadline
10 Jan 2018Expired
Future Notice Date
Not specified
Award Date
17 May 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Bryan Edmond, Head of Corporate, Procurement and Resource Solutions
Contact Email
edmondb@northlan.gov.uk, stewartpa@northlan.gov.uk
Contact Phone
+44 1698302222, +44 1698520415, +44 1698520704

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

Notice Documents

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-r6ebe6-0000517185-2018-05-23T00:00:00Z",
    "date": "2018-05-23T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000517185",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-5",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Head of Corporate, Procurement and Resource Solutions",
                "email": "edmondb@northlan.gov.uk",
                "telephone": "+44 1698302222",
                "faxNumber": "+44 1698275125",
                "url": "http://publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-10",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "stewartpa@northlan.gov.uk",
                "telephone": "+44 1698520415",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-2",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Bryan Edmond",
                "email": "edmondb@northlan.gov.uk",
                "telephone": "+44 1698520704",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-2"
    },
    "tender": {
        "id": "CPT-SG-EA-16-089",
        "title": "Framework Agreement for Carriageway and Car Park Resurfacing / Reconstruction and Minor Repairs",
        "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.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45233223",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "45233223",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 20000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-01-10T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-01-10T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC303726",
                "documentType": "contractNotice",
                "title": "Framework Agreement for Carriageway and Car Park Resurfacing / Reconstruction and Minor Repairs",
                "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.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC303726",
                "format": "text/html"
            },
            {
                "id": "DEC303726-1",
                "title": "ESPD Part IV Selection Criteria - Additional Information",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=1",
                "datePublished": "2017-12-11T09:21:15Z",
                "dateModified": "2017-12-11T09:21:15Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC303726-2",
                "title": "01 - Invitation To Tender",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=2",
                "datePublished": "2017-12-11T09:21:15Z",
                "dateModified": "2017-12-11T09:21:15Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC303726-3",
                "title": "02 - Terms of Participation",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=3",
                "datePublished": "2017-12-11T09:21:16Z",
                "dateModified": "2017-12-11T09:21:16Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC303726-4",
                "title": "03 - Evaluation Process and Methodology",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=4",
                "datePublished": "2017-12-11T09:21:16Z",
                "dateModified": "2017-12-11T09:21:16Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC303726-5",
                "title": "04 - Selection Questionnaire",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=5",
                "datePublished": "2017-12-11T09:21:16Z",
                "dateModified": "2017-12-11T09:21:16Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC303726-6",
                "title": "05 - Award Questionnaire",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=6",
                "datePublished": "2017-12-11T09:21:16Z",
                "dateModified": "2017-12-11T09:21:16Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC303726-7",
                "title": "06a - Framework Agreement and Call-Off Conditions",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=7",
                "datePublished": "2017-12-11T09:21:16Z",
                "dateModified": "2017-12-11T09:21:16Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC303726-8",
                "title": "06b - Specification",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=8",
                "datePublished": "2017-12-11T09:21:16Z",
                "dateModified": "2017-12-11T09:21:16Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC303726-9",
                "title": "06c - Price List Preamble to Method Of Measurement",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=9",
                "datePublished": "2017-12-11T09:21:17Z",
                "dateModified": "2017-12-11T09:21:17Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC303726-10",
                "title": "06d - Price List (Per Lot)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=10",
                "datePublished": "2017-12-11T09:21:17Z",
                "dateModified": "2017-12-11T09:21:17Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "DEC303726-11",
                "title": "07 - Call Off Procedure",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=11",
                "datePublished": "2017-12-11T09:21:17Z",
                "dateModified": "2017-12-11T09:21:17Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC303726-12",
                "title": "08a - Terms of Participation Declaration",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=12",
                "datePublished": "2017-12-11T09:21:17Z",
                "dateModified": "2017-12-11T09:21:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC303726-13",
                "title": "08b - Form of Tender",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=13",
                "datePublished": "2017-12-11T09:21:17Z",
                "dateModified": "2017-12-11T09:21:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC303726-14",
                "title": "09 - Performance Monitoring",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=14",
                "datePublished": "2017-12-11T09:21:18Z",
                "dateModified": "2017-12-11T09:21:18Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC303726-15",
                "title": "10 - Management Information",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=15",
                "datePublished": "2017-12-11T09:21:18Z",
                "dateModified": "2017-12-11T09:21:18Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC303726-16",
                "title": "11 - Authority Policies and Regulations",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=16",
                "datePublished": "2017-12-11T09:21:18Z",
                "dateModified": "2017-12-11T09:21:18Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC303726-17",
                "title": "12 - Potential Providers Tender Checklist",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=17",
                "datePublished": "2017-12-11T09:21:18Z",
                "dateModified": "2017-12-11T09:21:18Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC303726-18",
                "title": "13 - Glossary",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=18",
                "datePublished": "2017-12-11T09:21:18Z",
                "dateModified": "2017-12-11T09:21:18Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC303726-19",
                "title": "14 - CDM 2015 H&S Pre Construction Information",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC303726&idx=19",
                "datePublished": "2017-12-11T09:21:18Z",
                "dateModified": "2017-12-11T09:21:18Z",
                "format": "application/pdf"
            },
            {
                "id": "MAY319944",
                "documentType": "awardNotice",
                "title": "Framework Agreement for Carriageway and Car Park Resurfacing / Reconstruction and Minor Repairs",
                "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.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319944",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Carriageway & Car Parking Resurfacing / Reconstruction and Minor Repairs - Generally works up to 50000 GBP",
                "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. Lot 1 will comprise of reactive and planned maintenance work for individual jobs/projects with a value generally less than 50000 GBP. Award of this lot 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 lot. The anticipated upper limit of spend to be potentially routed through this lot circa 10800000 GBP. Call offs from this lot 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. 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.. 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.",
                "status": "complete",
                "value": {
                    "amount": 10800000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "2",
                "title": "Lot 2 - Carriageway & Car Parking Resurfacing / Reconstruction and Minor Repairs - Generally works above 50000 GBP",
                "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. Lot 2 will comprise of planned maintenance and replacement work for individual jobs/projects with a value generally more than 50000 GBP. Award of this lot on the basis of MEAT; the evaluation of a combination of Contractors prices submitted against one or more exemplar projects and quality questions. A maximum of 8 contractors shall be appointed to this lot. The anticipated upper limit of spend to be potentially routed through this lot circa 9200000 GBP. Call offs from this lot 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. 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.. 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.",
                "status": "complete",
                "value": {
                    "amount": 9200000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2
        },
        "bidOpening": {
            "date": "2018-01-10T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "Further information contained within the tender document suite and can be downloaded from the additional documentation area with the PCS portal."
        },
        "coveredBy": [
            "GPA"
        ],
        "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)"
                },
                {
                    "type": "economic",
                    "description": "Bidders must respond to ESPD Questions 4B.1.2, 4B.5.1, 4B.5.2, and 4B.6.",
                    "minimum": "4B.1.2 - Bidders submitting a tender for lot 1 will be required to have an average yearly turnover of a minimum of 400000 GBP for the last 3 years. Bidders submitting a tender for lot 2 will be required to have an average yearly turnover of a minimum of 225000 GBP for the last 3 years. Note, if bidding for both lots, Bidders will be required to have an average yearly turnover of a minimum of 625000 GBP for the last 3 years. 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10,000,000 GBP each and every claim and in the annual aggregate 4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Public Liability Insurance = 10,000,000 GBP each and every claim and in the annual aggregate http://www.hse.gov.uk/pubns/hse40.pdf 4B.6 Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice, the bidder declares that: It has an Equifax Score Check Grade of D- or above. It is recommended that Bidders review their own Equifax Score Check Grade in advance of returning their Bidders Submission. If, following this review, Bidders consider that the Equifax Score Check Grade does not reflect their current financial status; the Bidder should give a detailed explanation in response to question 4B.6, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Bidder's financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade or equivalent rating, they must provide their audited financial accounts for the previous two years as part of their Bidders Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this size. This assessment will consider whether or not the there is any significant financial risk identified. The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section 3.1.2 (Economic and Financial Standing) Fail = response is not compliant with the minimum requirement stated in the Contract Notice section 3.1.2 (Economic and Financial Standing)"
                },
                {
                    "type": "technical",
                    "description": "Technical and professional ability will be scored by an evaluation panel; Bidders must achieve a minimum average score of 50 marks for question 4C.1 in order to pass this question; if the average minimum score is below 50 marks this will be deemed a failure to meet the Council's minimum standards for technical and professional ability. 4C.1 - Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. This question carries an overall weighting of 100%. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Response to 4C.10 will not be evaluated.",
                    "minimum": "The scoring rationale of the evaluation panel for question 4C.1 is as follows: Score - Definition 100 - Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion 90 - Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of what is required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area 80 - Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high level of detail as to their capacity/ability/experience in this area 70 - Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and provides evidence of a reliable level of capacity/ability/experience in this area 60 - Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory depth but evidence of capacity/ability/experience in this area could have been more detailed 50 - Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail of evidence of capacity/ability/experience in this area 40 - Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas 30 - Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited evidence as to the candidate's capacity/ability/experience in this area 20 - Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate's capacity/ability/experience in this area 10 - Response demonstrates little evidence of the candidate's understanding or explanation of the candidate's capacity/ability/experience in this area 0 - Nil or irrelevant response 4C.10 - If the bidder has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part then a separate ESPD for such subcontractors must be completed for sections: Part II Information concerning the bidder A: Information about the bidder B: Information about representatives of the bidder Part III Exclusions Grounds A: Grounds Relating to Criminal Convictions B: Grounds Relating to the payment of taxes or social security contributions C: Blacklisting D: Grounds Relating to insolvency, conflicts of interests or professional misconduct. Part IV Selection Criteria (only the sections that the entity is being relied upon)"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 16
            }
        },
        "classification": {
            "id": "45233223",
            "scheme": "CPV"
        },
        "reviewDetails": "The Council will incorporate a minimum of 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "amd-10",
                "description": "The deadline has been extended by a week due to the Construction Trade Christmas holiday period.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2018-01-10T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2018-01-17T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2018-01-10T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2018-01-17T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "Economic operators must meet Council's minimum requirements stated in this Contract Notice, else their proposal will be rejected. 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. The council reserves the right before moving from selection stage to award stage to request Tenderers produce supporting documentary evidence or certificates referenced in their ESPD response. In any case, these must be provided prior to contract award. ESPD Part IV Selection Criteria, Section D: Quality Assurance Schemes and Environmental Management Standards Bidders must respond to ESPD Question 4D.1. The Bidder response to this question for Quality Assurance Schemes and Environmental Management Standards will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section VI.3 (Additional Information) specifically the Quality Assurance Schemes and Environmental Management Standards) Fail = response is not compliant with the minimum requirement stated in the Contract Notice section VI.3 (Additional Information) specifically the Quality Assurance Schemes and Environmental Management Standards). For a detailed breakdown of the standard statements applicable to ESPD Question 4D.1, please refer to document \"ESPD Part IV Selection Criteria - Additional Information\", contained within the tender document suite and can be downloaded from the additional documentation area with the PCS portal. (SC Ref:543830)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000517185"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000517185"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000517185"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CPT-SG-EA-16-089-1",
            "title": "Lot 2 - Carriageway & Car Parking Resurfacing / Reconstruction and Minor Repairs - Generally works above 50000 GBP",
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "CPT-SG-EA-16-089-2",
            "title": "Lot 1 - Carriageway & Car Parking Resurfacing / Reconstruction and Minor Repairs - Generally works up to 50000 GBP",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CPT-SG-EA-16-089-1",
            "awardID": "CPT-SG-EA-16-089-1",
            "title": "Lot 2 - Carriageway & Car Parking Resurfacing / Reconstruction and Minor Repairs - Generally works above 50000 GBP",
            "status": "active",
            "dateSigned": "2018-05-17T00:00:00Z"
        },
        {
            "id": "CPT-SG-EA-16-089-2",
            "awardID": "CPT-SG-EA-16-089-2",
            "title": "Lot 1 - Carriageway & Car Parking Resurfacing / Reconstruction and Minor Repairs - Generally works up to 50000 GBP",
            "status": "active",
            "dateSigned": "2018-05-17T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 239-495383"
        }
    ]
}