Civil Engineering Small Works

Award

Buyers

Value

£5,179,000

Classifications

  • Works for complete or part construction and civil engineering work
  • Engineering works and construction works
  • Road bridge construction work
  • Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • Construction, foundation and surface works for highways, roads
  • Construction work for highways, roads
  • Road construction works
  • Roadworks
  • Road-repair works
  • Surface work for roads
  • Road-surface painting work
  • Flood-prevention works
  • Flood-defences maintenance works
  • Tree-clearing services
  • Tree-cutting services
  • Tree-maintenance services
  • Tree pruning and hedge trimming
  • Tree pruning
  • Bridge
  • Construction work for bridges and tunnels, shafts and subways
  • Construction work for bridges
  • Footbridge construction work
  • Construction work for iron bridges
  • Construction work for steel bridges
  • Bridge renewal construction work
  • Safety fencing
  • Fencing, railing and safety equipment installation work
  • Erection of fencing
  • Topographical services
  • Bathymetric surveys services
  • Architectural, engineering and surveying services
  • Surveying services

Tags

  • award
  • contract

Published

1 year ago

Description

Moray Council wishes to establish a Framework Agreement with suitably qualified and experienced Contractors to assist with delivery of the Council’s Capital and Revenue programmes, for civil engineering related work.
This agreement will replace the current Civil engineering Small Works Framework ref 18/0326, which is due to expire in June 2024.
The anticipated total value of this framework is in the region of 5,729,000 and is expected to run for an initial period of 2 years, with options to extend for a further period of 2x12 months.
This notice is to make potential suppliers aware of this future contract opportunity and proposed timescales.
The new Framework will be split into the following Lots:
1 - Surfacing and Roads
2 – Flood Risk Maintenance
3 – Vegetation Management
4 – Bridge and Structure Maintenance
5 – VRS
6 – Fencing
7 – Topographic and Bathymetric Surveys
8 – Ecology Surveys
9 – Pump Station Maintenance
10 – Traffic Management
11 – Road Lining and Ancillaries

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY

Worth Parish Council (WPC) invites tenders for the "Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY". The Parking Scheme involves the construction of eighteen parking spaces in a layby format in Bowers Place adjacent to the village green. The work is to take place within the publicly maintained highway and will be the subject of a Section 278 agreement with West Sussex County Council. It is anticipated a revised planning application will be approved by Mid Sussex District Council on Monday 1st December 2025. The Section 278 agreement application can then be submitted with a view to commencement on site being possible in late February 2026. WPC have funding for the project in place and have appointed Paul Budgen Associates LLP (t/as PBA Planning) as the Project Manager to deliver the scheme as soon as possible. Tenders should be based on the details included in the following document bundle: a.PBA Planning drawing reference WPC25-01 [Existing Site Plan and Location Plan] b.PBA Planning drawing reference WPC25-02 REV A [Section 278 Plan] c.PBA Planning drawing reference WPC25-03 REV A [Sections] d.PJC document reference PJC/6619/24-01 Rev 01 [Arboricultural impact assessment, method statement and tree protection plan] e.WSCC S278/38/17 B f.ASSET SEARCH - ALL POINTS FIBRE [39524903] g.ASSET SEARCH - SGN [39524903] h.ASSET SEARCH - UKPN [39524903] The works involve constructing eighteen parking spaces including: a.Preparing Construction Phase Plan. b.Setting up and maintaining site welfare and storage arrangements. c.Excavation of the existing verge and laying sub-base, binder course and wearing course including overlaying existing footpath with wearing course. d.Construction of utility protection points. e.Replacing section of play area fence and construction of short section of footpath to the village green. All contractors will have been deemed to have visited the site prior to finalising their tender to familiarise themselves with site constraints, access and existing conditions and account for these in their bid. You are strongly advised to meet the Project Manager to inspect the site. Site visits can be arranged via email to [email protected] or by phoning 01342 718827. Prospective contractors must comply with the Bribery Act 2010 and must not contact Worth Parish Council employees, councillors, or the Project Manager to influence or support their tender outside the prescribed procurement process. Any attempt to do so may result in disqualification from the tendering process. Any actual or perceived conflicts of interest that a contractor may have with Worth Parish Council employees, councillors, or the Project Manager, must be fully disclosed when completing Appendix C - Declaration Regarding Conflicts of Interest. Contractors will need to provide the following minimum requirements in addition to their bid price: •Fully costed schedule of works. •Completed Declaration of Non-Collusion (Appendix B). •Completed Declaration regarding Conflicts of Interest (Appendix C). •Proof of public liability insurance (at least £10m). •Latest published accounts. •Health and safety policies. Bids that are not supported with the minimum requirements above will not be eligible for evaluation or scoring. Price will not be the only determining factor in awarding the contract and the following information must be provided in support of your bid: •Evidence of technical capability. •Previous examples of similar works. •Previous examples of CDM compliance. •Project timeline and delivery plan including lead time and delivery time.

Katy Reed

Published 15 hours ago
Open

PRO004895 Flow and Asset Management Surveys including Wastewater Surveys

United Utilities is looking to re-procure its current framework for Flow and Asset Management Surveys. The framework will constitute 2 Lots: Lot 1 - Wastewater Network Asset Surveys Lot 2 - Flow & Water Quality Surveys Services required under the Lots are as follows: Lot 1: a) Manhole Surveys b) Pumping Station Surveys c) Combined Sewer Overflow ("CSO") Surveys d) Impermeability Surveys e) Drainage Connectivity Surveys Lot 2 services will be required in river, in sewer and in waste water treatment works (WwTW) as follows: a) installing sewer depth and flow monitors, b) river depth monitors, c) river stage boards, d) rain gauges, e) portable wastewater samplers, f) dissolved oxygen/temperature monitors, g) monitoring the equipment either continuously or for wet weather and dry weather events. h) all telemetry raw data, with the exception of rain gauges to be capable of being viewed live via a website and downloaded by the Procurer at all times. i) collection and processing of data in accordance with the requirements of the Call-Off Particulars of the required Survey, and j) production of reports in accordance with the requirements of the Call-Off Particulars of the required Survey. Surveys in a river may include Time of Travel Surveys and river flow gaugings together with continuous monitoring for the following: a) Time of travel surveys b) River flow gauging c) Continuous monitoring of: i) dissolved oxygen (mg/l) ii) dissolved oxygen (% Saturation) iii) temperature iv) phosphorus v) phosphate vi) pH monitoring vii) turbidity viii) chlorophyll ix) conductivity x) ammonium Surveys in WwTW will comprise a combination of flow and quality monitoring. Surveys may be for flow alone or for flow and quality monitoring combined. Surveys may be for sewer, river or treatment works in isolation or in combination The services required are to be provided in Cheshire, Merseyside, Manchester, Lancashire and Cumbria.

Katy Reed

Published 16 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Elaine Summerfield

[email protected]

+44 1343563137

+44 416335555

+44 463215010

Timeline complete

Publish
Bid
Evaluate
Award
Complete