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Bypass the hassle of outdated portals.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

Katy Reed

Published 21 hours ago
Open

Re-design, supply and install play equipment and safety surfacing as required to upgrade an existing play facility at Elford Jubilee Memorial Playground, Tamworth, B79 9DA

1. General Requirements 1.1 The Council is seeking a company to design, supply and install play area equipment meeting the standards of the API (Association of Play Industries) at Elford Jubilee Memorial Playground, B79 9DA on the provisions as set out in this document. 1.2 The location of the site is Elford Jubilee Memorial Playground, B79 9DA. 1.3 The aim is to decide on a preferred supplier and to place an order in December 2025, for an installation as soon as possible thereafter. 1.4 This project requires the supply and installation of new play equipment including play area surfacing. The principal focus of the new play equipment is imagination and inclusivity, providing play items for the up-to-12-year-old age group. 4. Description of the works and pricing 4.1 The works The works comprise of the installation of new play equipment at land known as Elford Jubilee Memorial Playground, B79 9DA. There is an existing fenced children's play area on the site. 4.1.1 This project requires the supply and installation of new play equipment including play area surfacing. The Council is open to retaining any viable play equipment on site. The principal focus of the new play equipment is inclusivity and providing play items for the up-to-12-year-old age group. 4.2 This project must comply with part 12, Class A of the GDPO which sets out what can be carried out The Town and Country Planning (General Permitted Development) (England) Order 2015. All new play equipment must be kept under 4m in height. 4.3 Budget The proposed budget for the complete scheme is £110,000 (One hundred and ten thousand pounds) excluding VAT. 4.4 Site description and access 4.4.1 Elford Jubilee Memorial Playground is a fenced playground within an area of public open space located next to the Elford Cricket Ground, which is located close to a busy Primary school. 4.4.2 The park is used for informal recreation and public enjoyment. 4 4.4.3 Interested Contractors should visit the site and meet with the Council's representative in order to familiarise themselves with the area, the existing layout and the surrounding environment. 4.4.4 Access shall be off the Brickhouse Lane entrance, via a gate. 4.4.5 The Contract Area shall be agreed with the Contractor at the prestart meeting. All areas for storage and welfare will be determined at the prestart meeting. There is enough space to provide a secure storage area during the scheme of works. 4.5 Drawings The following drawings are included within the appendices of this document a. Site plan b. Photos of the existing site 4.6 Working hours Working hours shall be limited to 08.30-18.00 Monday to Friday. Weekend working hours shall be subject to approval by the Council. 4.7 Labour, Plant and Materials The Contractor will provide all labour, materials, fuel, carriage, plant, tools and machinery in order to execute the works. It is the responsibility of the tenderer to guarantee that all its sub-Contractors will comply with all the requirements and terms and conditions set out herein. 4.8 Disposal of Waste and Litter The Contractor must ensure that all waste materials produced whilst these works are ongoing are transported from site using waste carriers with a current Waste Carriers License. The provision of skips is permitted yet these must be located within a secure fenced compound. There must be no burning of litter or vegetation on the site. 4.9 Health, Safety and Welfare 4.9.1 The successful Contractor shall at all times comply with the requirements of the Health and Safety at Work Act 1974 and all associated Acts, Regulations and Approved Codes of Practice. 4.9.2 The successful Contractor must submit to the Council copies of all insurances and site-specific risk assessments and method statements ahead of any works commencing on site. 4.9.3 The Council is unable to offer any welfare facilities at this site. The Contractor will need to allow for the provision of any facilities required for the works. There is ample space to accommodate a welfare and secure storage area where all materials, plant and facilities can be contained. 4.9.4 The Contractor's site must be fenced off throughout the duration of the works with 2m high Herras fencing for the protection of the public. Where applicable appropriate signage shall be erected to inform the public of the works or hazards. 4.10 Existing Services Across the Site 4.10.1 It shall be the responsibility of the Contractor to make enquiries with utility companies in respect of the development site. 4.10.2 Contractors should arrange for a trained and competent individual in the use of site surveys for underground apparatus using a Cable Avoidance Tool (CAT), to complete a utilities survey of the site. A copy of the survey should be provided to and retained by the Council. 4.10.3 The Contractor should note that there are electricity and water available on site. 4.11 Timetable and Monitoring 4.11.1 The successful Contractor will agree a construction timetable with the Council following the award of contract, and as such the timetable set out in the Programme of Works section should be used as a guide only and allow a contingency for inclement weather. 4.11.2 The Council will require weekly, and on occasions ad hoc, reports providing accurate details of progression against the scheme of works and provide information in instances where the Contractor fails to meet any of the agreed Service Levels. 4.11.3 The Contractor may be required to attend review meetings with the Council's supervising officer, at their discretion to discuss performance. 4.12 Environment and Reinstatement 4.12.1 The Council is committed to environmental improvement through environmental protection and sustainable development into its decision-making processes in respect of both the execution of its core functions and responsibilities, and the management of day-to-day operations. Contractors should: • Throughout the life of the agreement, provide information on new or improved environmentally preferable goods when they become commercially available and promote their use under the agreement. • Reduce the amount of packaging and recycle packaging as appropriate. • Remove all packaging and dispose of all waste in an environmentally friendly manner. 4.12.2 The Contractor must make reasonable effort to protect the surfaces when transporting plant and equipment to and from the play area site. All existing grassed areas (including areas used by the Contractor for access, vehicle movements and storage) shall be reinstated to the satisfaction of the Council upon completion of the works. Reinstatement shall be taken to include the placing of grade 1 topsoil and turf, as required. 5. Programming of the Works 5.1 Site viewing meetings can be arranged with interested Contractors and a representative of the Council during working hours. A minimum of 2 days' notice is required. 5.2 Questions or clarifications shall be submitted to the Elford Parish Council Clerk, noting the Tender Deadline. 5.3 The Council will inform the successful Contractor by letter/ email. 5.4 A pre-start meeting shall be scheduled between the Council and the Contractor. At this meeting a pre works photo survey will be undertaken and a works schedule made prior to commencement of works. 6. Payment for the Works Payment shall be by measure and value and paid on presentation of invoices. 7. Insurances Required 7.1 The Contractor shall provide insurance for the Works. 7.2 The Contractor shall provide Public and Councils liability insurance (persons and property) up to the value of £10,000,000 for any single incident and for an unlimited number of incidents. 7.3 The Contractor shall provide evidence of the insurances with the tender documents and again before undertaking any works on site. 8. Safeguarding Policy 8.1 The Contractor shall for the purposes of this Contract have in place its own Safeguarding Policy. 9. Standards of Materials, Workmanship and Accreditation 9.1 All materials and workmanship shall conform to relevant British and European standards. 9.2 All proprietary play equipment and surfacing shall comply fully with BSEN1176, BSEN1177 and any other relevant play industry safety standards. 9.3 An independent Post Installation Inspection report will be commissioned and paid for by the Council and this will form the basis of any initial defects list which the Contractor shall take action to correct prior to the removal of the Heras Fencing. 9.4 The Contractor will be able to respond to the findings of the Post Installation Inspection Report, and any objections to the findings shall be submitted to the Council within 48 hours of the report being received. 9.5 The play area is to remain closed to the general public until after the satisfactory completion of any findings of the post installation inspection report.

Katy Reed

Published 21 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