Buyer Name: Northaw & Cuffley Parish Council
Buyer Address: 7 Maynard Place, Cuffley, UKH23, EN64JA, United Kingdom
Contact Name: Lisa Peters
Contact Email: clerk@northawcuffley-pc.gov.uk
Contact Telephone: +44 7375962772
Buyer Name: Northaw & Cuffley Parish Council
Buyer Address: 7 Maynard Place, Cuffley, UKH23, EN64JA, United Kingdom
Contact Name: Lisa Peters
Contact Email: clerk@northawcuffley-pc.gov.uk
Contact Telephone: +44 7375962772
Northaw & Cuffley Parish Council invites tenders for the resurfacing and relining of Sopers Road Car Park, Cuffley, which accommodates approximately 83 parking spaces. The work must ensure compliance with Disability Discrimination Act (DDA) requirements and improve the surface quality for all users. The selected contractor will be responsible for removing the existing surface, preparing the base, resurfacing, and relining the car park, ensuring all works are carried out in accordance with relevant British Standards and industry best practices.
No linked documents found for this notice.
Lot Description: Northaw & Cuffley Parish Council invites tenders from suitably qualified and experienced contractors for the resurfacing and relining of Sopers Road Car Park, Cuffley, which provides approximately 83 marked parking spaces, including existing disabled bays and designated pedestrian routes. The works will involve the complete removal of the existing tarmac surface, preparation and repair of the sub-base as necessary, and the supply and laying of new asphalt surfacing to a high-quality, durable standard appropriate for public car parks with regular vehicular use. Following resurfacing, the contractor will be required to reline all parking bays and markings, ensuring: Compliance with current Disability Discrimination Act (DDA) and BS 8300 accessibility standards. Inclusion of disabled parking bays, parent and child bays (if required), directional arrows, and pedestrian walkways as per the approved layout plan. High-visibility, weather-resistant line markings applied using thermoplastic or equivalent industry-approved materials. The contractor will also be responsible for: Temporary traffic and site management, including safe access for pedestrians and adjacent properties. Removal and lawful disposal of all waste materials arising from the works. Providing all necessary plant, equipment, and labour to complete the works to specification. Ensuring compliance with relevant British Standards, Highways Specifications (Series 900), and all applicable health and safety legislation. Delivering works within the agreed timeframe and minimising disruption to car park users and surrounding residents. The objective of the procurement is to improve the safety, accessibility, and longevity of the car park surface and ensure the facility remains fit for purpose for all users.
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Value: GBP 70,000
Lot 1 Contract Start: 2025-12-01T00:00:00Z
Lot 1 Contract End: 2026-03-01T23:59:59Z
{
"buyer": {
"id": "GB-FTS-163906",
"name": "Northaw \u0026 Cuffley Parish Council"
},
"date": "2025-10-15T11:07:26+01:00",
"description": "Payment Conditions\nPayment Structure:\nPayment will be made by Northaw \u0026 Cuffley Parish Council (\"the Council\") upon satisfactory completion of the works and approval by the Council\u0027s appointed representative. Interim payments may be considered for larger or phased projects but must be agreed in writing before commencement.\nInvoicing:\nThe contractor must submit a detailed invoice upon completion of the works, clearly stating:\nThe contract reference and site location.\nA full breakdown of costs (labour, materials, plant, and any approved variations).\nDates of work carried out.\nConfirmation that the works have been completed in accordance with the specification and Health \u0026 Safety requirements.\nPayment Terms:\nPayment will normally be made within 30 days of receipt of a valid invoice, subject to:\nCompletion of the works to the satisfaction of the Council.\nConfirmation that there are no outstanding defects or snagging issues.\nReceipt of any requested supporting documentation (e.g. waste transfer notes, certificates, warranties, or as-built plans).\nRetention:\nThe Council reserves the right to retain 5% of the total contract value for a period of 3 months following completion to ensure that all defects or deficiencies are rectified. The retained amount will be released upon final inspection and written acceptance by the Council.\nVariations and Additional Works:\nAny variations, additional works, or unforeseen costs must be approved in writing by the Council before the contractor proceeds. Unauthorised works will not be paid.\nDefective Work:\nIf the Council identifies any defective or incomplete work, payment may be withheld until such defects are corrected to the Council\u0027s satisfaction.\nFinal Completion and Sign-Off:\nFinal payment will be made only after the Council has carried out a formal inspection and confirmed that:\nThe works have been completed to specification.\nThe site has been left clean, safe, and fully operational.\nAll relevant certificates, guarantees, and documentation have been received.",
"id": "065512-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05cd1c",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Cuffley",
"postalCode": "EN64JA",
"region": "UKH23",
"streetAddress": "7 Maynard Place"
},
"contactPoint": {
"email": "clerk@northawcuffley-pc.gov.uk",
"name": "Lisa Peters",
"telephone": "+44 7375962772",
"url": "http://www.northawcuffleypc-gov.uk"
},
"details": {
"classifications": [
{
"description": "Regional or local authority",
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "http://www.northawcuffleypc-gov.uk"
},
"id": "GB-FTS-163906",
"identifier": {
"legalName": "Northaw \u0026 Cuffley Parish Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"name": "Northaw \u0026 Cuffley Parish Council",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Cuffley",
"postalCode": "EN6 4JA",
"streetAddress": "7 Maynard Place"
},
"contactPoint": {
"email": "clerk@northawcuffley-pc.gov.uk",
"telephone": "+44 7375962772"
},
"details": {
"url": "http://www.northawcuffleypc-gov.uk"
},
"id": "GB-FTS-163907",
"identifier": {
"legalName": "Northaw \u0026 Cuffley Parish Council"
},
"name": "Northaw \u0026 Cuffley Parish Council",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-11-06T09:00:00Z"
},
"bidOpening": {
"address": {
"streetAddress": "7 Maynard Place \nCuffley \nEN6 4JA"
},
"date": "2025-11-06T09:00:00Z",
"description": "Lisa Peters\nParish Clerk \nNorthaw \u0026 Cuffley Parish Council\nParish Office, Cuffley Hall\nMaynard Place\nCuffley, Herts\nEN6 4JA\nemail: clerk@northawcuffley-pc.gov.uk"
},
"classification": {
"description": "Surfacing work except for roads",
"id": "45233250",
"scheme": "CPV"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true,
"performanceTerms": "5. Conditions of Contract\nThe contract will be exclusively between the appointed contractor and Northaw \u0026 Cuffley Parish Council (\"the Council\"). The contractor shall not assign, transfer, or subcontract any part of the works without the prior written consent of the Council.\nThe contractor shall be fully responsible for the quality, safety, and compliance of all labour, equipment, materials, and workmanship used in the delivery of the works. All materials and equipment must conform to current British Standards, Health \u0026 Safety, and Environmental Regulations.\nAny damage to surrounding infrastructure, property, or landscaping caused by the works or by the contractor\u0027s employees, agents, or subcontractors must be repaired or reinstated at the contractor\u0027s expense and to the satisfaction of the Council.\nThe Council reserves the right to withhold payment for any work which is incomplete, unsatisfactory, or non-compliant with the agreed specification until rectified.\nThe contractor shall ensure that all staff and subcontractors are competent, trained, and qualified to carry out the works required.\nThe Council reserves the right to terminate the contract immediately should there be a material breach of contract, health and safety negligence, or failure to perform within agreed timescales.\nThe appointed contractor shall maintain, for the full duration of the works, the following minimum insurance coverages:\nPublic Liability Insurance: Minimum \u00a310 million\nEmployer\u0027s Liability Insurance: Minimum \u00a310 million\nProfessional Indemnity Insurance: Minimum \u00a35 million (where design, advice, or specifications are provided)\nEvidence of insurance cover must be provided prior to the commencement of works and upon request during the contract period.\nAll works must be carried out in accordance with the Construction (Design and Management) Regulations 2015 (CDM 2015), and the contractor must cooperate fully with the Council or its appointed representative in fulfilling the duties of Client under these Regulations.\n6. Health and Safety\nThe appointed contractor must:\nSubmit a comprehensive Health \u0026 Safety Plan to the Council prior to the commencement of works.\nEnsure full compliance with the Health and Safety at Work etc. Act 1974, the Management of Health and Safety at Work Regulations 1999, and all other applicable legislation, codes of practice, and guidance.\nProvide all necessary Personal Protective Equipment (PPE) to employees, subcontractors, and visitors to the site.\nMaintain clear and visible site safety signage, ensuring safe access and egress for pedestrians and vehicles at all times.\nProvide detailed Risk Assessments and Method Statements (RAMS) specific to the site and nature of the works at least five working days prior to commencement.\nEnsure a safe working environment is maintained at all times, particularly where members of the public have access to or pass near the work area.\nNominate a competent Site Safety Officer or Supervisor responsible for day-to-day safety management and liaison with the Council.\nReport immediately to the Council any accidents, incidents, or near misses, and cooperate fully in any subsequent investigation."
},
"coveredBy": [
"GPA"
],
"description": "Northaw \u0026 Cuffley Parish Council invites tenders for the resurfacing and relining of Sopers Road Car Park, Cuffley, which accommodates approximately 83 parking spaces. The work must ensure compliance with Disability Discrimination Act (DDA) requirements and improve the surface quality for all users.\nThe selected contractor will be responsible for removing the existing surface, preparing the base, resurfacing, and relining the car park, ensuring all works are carried out in accordance with relevant British Standards and industry best practices.",
"hasRecurrence": false,
"id": "ocds-h6vhtk-05cd1c",
"items": [
{
"deliveryAddresses": [
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
}
],
"deliveryLocation": {
"description": "Sopers Road Car Park, Cuffley EN6 4RY"
},
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"contractPeriod": {
"endDate": "2026-03-01T23:59:59Z",
"startDate": "2025-12-01T00:00:00Z"
},
"description": "Northaw \u0026 Cuffley Parish Council invites tenders from suitably qualified and experienced contractors for the resurfacing and relining of Sopers Road Car Park, Cuffley, which provides approximately 83 marked parking spaces, including existing disabled bays and designated pedestrian routes.\nThe works will involve the complete removal of the existing tarmac surface, preparation and repair of the sub-base as necessary, and the supply and laying of new asphalt surfacing to a high-quality, durable standard appropriate for public car parks with regular vehicular use.\nFollowing resurfacing, the contractor will be required to reline all parking bays and markings, ensuring:\nCompliance with current Disability Discrimination Act (DDA) and BS 8300 accessibility standards.\nInclusion of disabled parking bays, parent and child bays (if required), directional arrows, and pedestrian walkways as per the approved layout plan.\nHigh-visibility, weather-resistant line markings applied using thermoplastic or equivalent industry-approved materials.\nThe contractor will also be responsible for:\nTemporary traffic and site management, including safe access for pedestrians and adjacent properties.\nRemoval and lawful disposal of all waste materials arising from the works.\nProviding all necessary plant, equipment, and labour to complete the works to specification.\nEnsuring compliance with relevant British Standards, Highways Specifications (Series 900), and all applicable health and safety legislation.\nDelivering works within the agreed timeframe and minimising disruption to car park users and surrounding residents.\nThe objective of the procurement is to improve the safety, accessibility, and longevity of the car park surface and ensure the facility remains fit for purpose for all users.",
"hasOptions": false,
"hasRenewal": false,
"id": "1",
"status": "active",
"submissionTerms": {
"variantPolicy": "allowed"
},
"value": {
"amount": 70000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "works",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "Tenderers must be able to demonstrate that they are legally entitled and suitably qualified to carry out the works described.\nProfessional and Legal Status\nTenderers must be registered on an appropriate professional or trade register in the country where they are established.\nIn the United Kingdom, contractors should be registered with Companies House (if a limited company) or provide valid proof of business registration (if a sole trader or partnership).\nEvidence of VAT registration and Unique Taxpayer Reference (UTR) must be provided.\nIndustry and Trade Accreditations\nContractors should hold, or demonstrate active membership of, one or more of the following (or equivalent):\nStreet Works Qualification Register (SWQR) - where works are near or affect the public highway.\nConstructionline, CHAS, or SafeContractor accreditation (or equivalent SSIP-approved scheme) as evidence of competence, safety, and reliability.\nCSCS (Construction Skills Certification Scheme) cards for all operatives working on site.\nEvidence of compliance with relevant British Standards (e.g. BS EN 13108 for asphalt materials, BS 594987 for laying procedures).\nInsurance and Financial Standing\nPublic Liability Insurance of no less than \u00a35 million.\nEmployer\u0027s Liability Insurance of no less than \u00a310 million.\nProfessional Indemnity Insurance (where applicable).\nThe Council reserves the right to request evidence of financial stability or audited accounts.\nHealth, Safety, and Environmental Compliance\nTenderers must operate a written Health and Safety Policy compliant with the Health and Safety at Work etc. Act 1974.\nEvidence of compliance with the Construction (Design and Management) Regulations 2015 (CDM 2015) must be provided.\nContractors should have appropriate environmental management procedures to ensure safe waste disposal and minimal environmental impact.\nExclusion Grounds\nTenderers must confirm that none of the statutory exclusion criteria under the Public Contracts Regulations 2015 apply (e.g. bankruptcy, corruption, non-payment of taxes, or serious professional misconduct).",
"type": "suitability"
},
{
"appliesTo": [
"supplier"
],
"description": "Tenderers must be able to demonstrate that they are legally entitled and suitably qualified to carry out the works described.\nProfessional and Legal Status\nTenderers must be registered on an appropriate professional or trade register in the country where they are established.\nIn the United Kingdom, contractors should be registered with Companies House (if a limited company) or provide valid proof of business registration (if a sole trader or partnership).\nEvidence of VAT registration and Unique Taxpayer Reference (UTR) must be provided.\nIndustry and Trade Accreditations\nContractors should hold, or demonstrate active membership of, one or more of the following (or equivalent):\nStreet Works Qualification Register (SWQR) - where works are near or affect the public highway.\nConstructionline, CHAS, or SafeContractor accreditation (or equivalent SSIP-approved scheme) as evidence of competence, safety, and reliability.\nCSCS (Construction Skills Certification Scheme) cards for all operatives working on site.\nEvidence of compliance with relevant British Standards (e.g. BS EN 13108 for asphalt materials, BS 594987 for laying procedures).\nInsurance and Financial Standing\nPublic Liability Insurance of no less than \u00a35 million.\nEmployer\u0027s Liability Insurance of no less than \u00a310 million.\nProfessional Indemnity Insurance (where applicable).\nThe Council reserves the right to request evidence of financial stability or audited accounts.\nHealth, Safety, and Environmental Compliance\nTenderers must operate a written Health and Safety Policy compliant with the Health and Safety at Work etc. Act 1974.\nEvidence of compliance with the Construction (Design and Management) Regulations 2015 (CDM 2015) must be provided.\nContractors should have appropriate environmental management procedures to ensure safe waste disposal and minimal environmental impact.\nExclusion Grounds\nTenderers must confirm that none of the statutory exclusion criteria under the Public Contracts Regulations 2015 apply (e.g. bankruptcy, corruption, non-payment of taxes, or serious professional misconduct).",
"minimum": "To be considered for this contract, tenderers must meet the following minimum standards relating to capability, competence, financial stability, and quality of performance:\nExperience and Technical Competence\nDemonstrable experience of successfully completing at least two similar resurfacing and relining projects for public or commercial car parks within the last three years.\nAbility to provide references and contact details for previous clients confirming satisfactory performance, quality of workmanship, and adherence to timescales and budgets.\nEmployment of appropriately qualified personnel, including supervisors and operatives holding valid CSCS cards and any other relevant trade certifications.\nHealth and Safety Compliance\nFull compliance with the Health and Safety at Work etc. Act 1974, CDM Regulations 2015, and other relevant legislation.\nPossession of a written Health and Safety Policy, risk assessments, and method statements relevant to the works proposed.\nEvidence of training and supervision arrangements for all staff working on site.\nEnvironmental and Waste Management\nCommitment to environmentally responsible practices, including the safe and legal disposal or recycling of waste materials.\nUse of materials and methods compliant with relevant environmental standards and British Standards.\nInsurance and Financial Standing\nPublic Liability Insurance of at least \u00a35 million.\nEmployer\u0027s Liability Insurance of at least \u00a310 million.\nThe Council reserves the right to assess the contractor\u0027s financial stability and may request recent accounts or evidence of solvency.\nQuality and Performance Standards\nAll materials and workmanship must comply with British Standards and Highways Specifications (Series 900).\nLine marking materials must conform to BS EN 1871 and BS EN 1436 for performance, durability, and reflectivity.\nWorks must be completed within the agreed programme and to the satisfaction of the Council\u0027s appointed representative.\nEquality, Safeguarding, and Conduct\nCompliance with the Equality Act 2010 and any safeguarding requirements applicable to public sites.\nContractors and their staff must conduct themselves professionally and respectfully towards the public and Parish Council representatives at all times.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "ender submissions will be assessed against a combination of quality, capability, and cost considerations to ensure the appointment of a contractor who can deliver the works efficiently, responsibly, and to the required standard.\nThe evaluation will consider:\nEnvironmental Standards \u0026 Impact (15%) - The extent to which the contractor demonstrates sustainable working methods, responsible waste disposal, material recycling, and minimisation of environmental impact during the works.\nAbility to Meet Project Timelines (25%) - Evidence of the contractor\u0027s capacity, resources, and project management approach to complete the resurfacing and relining works within the required timeframe while maintaining quality and safety.\nCommunity Value (5%) - The contractor\u0027s commitment to supporting local community priorities, including minimising disruption to residents, engaging with local suppliers, and demonstrating social value where possible.\nExperience \u0026 Financial Capability (15%) - Proven track record of completing similar resurfacing projects to a high standard, supported by references and evidence of financial stability to deliver the contract successfully.\nCost \u0026 Value for Money (40%) - Overall price competitiveness, transparency of cost breakdown, and demonstration of best value for the Parish Council in delivering a durable, compliant, and cost-effective outcome.\nThe Council will evaluate all compliant tenders against these criteria and shortlist the highest-scoring submissions for consideration prior to final contractor selection.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"written"
],
"submissionTerms": {
"bidValidityPeriod": {
"endDate": "2025-11-30T23:59:59Z"
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-11-05T23:00:00Z"
},
"title": "Resurfacing and Relining of Sopers Road Car Park, Cuffley",
"value": {
"amount": 70000,
"currency": "GBP"
}
}
}