- Scope of the procurement
- Lot 1 – Backhoe Loader (with Operator)
- Lot 2 – Paving Machine (with Operator(s))
- Lot 3 – Road Planer (with Operator(s)) and Road Sweeper (with Operator)
- Lot 4 – HGV Tipper 6 Wheel / 8 Wheel (with Operator)
- Lot 5 – Grab Wagon (with Operator)
- Lot 6 – Mobile Welfare Units
- Lot 7 – Steel Lock-Up Container
Section one: Contracting authority
one.1) Name and addresses
Wigan Council
Directorate of Places: Environment, Makerfield Way Depot, Makerfield Way, Ince
Wigan
WN2 2PR
Contact
Mr Christopher Dunn
Telephone
+44 1942767315
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=15d02230-86a2-eb11-810c-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=15d02230-86a2-eb11-810c-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the Hire of Large Plant (some with Operator) 2021 - 2023 (2025)
Reference number
DN539369
two.1.2) Main CPV code
- 45500000 - Hire of construction and civil engineering machinery and equipment with operator
- PA01 - Hire
- PB05 - With operator
two.1.3) Type of contract
Works
two.1.4) Short description
The objective of this tender process is to establish a Framework Agreement for the hire of various types of large plant to Wigan Council. Some of the items of plant must be provided with an Operator. The Framework Agreement will comprise of the following Lots:
Lot 1 – Backhoe Loader (with Operator)
Lot 2 – Paving Machine (with Operator(s))
Lot 3 – Road Planer (with Operator(s)) and Road Sweeper (with Operator)
Lot 4 – HGV Tipper 6 Wheel / 8 Wheel (with Operator)
Lot 5 – Grab Wagon (with Operator)
Lot 6 – Mobile Welfare Units
Lot 7 – Steel Lock-Up Container
It is the intention to appoint a minimum of 2 suppliers to each Lot (Wigan Council will not be bound to appoint more than 2 suppliers to each Lot), subject to there being sufficient tenders meeting the criteria for appointment. Tenderers may apply for one, some or all Lots.
The Framework Agreement will run for an initial period of 2 years, with two 12-month extension options. The maximum duration of the Framework Agreement will be 4 years.
The deadline for the submission of final tender bids is Wednesday 2nd June 2021 at 17:00.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 – Backhoe Loader (with Operator)
Lot No
1
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, hire of 3 Backhoe Loaders (each for 37 hours per week) each financial year, dependent on workflow. Actual ordering requirements may be higher or lower dependent on requirements arising during the period of the Framework Agreement.
Each machine will primarily be used to assist with Highway Maintenance work within the borough of Wigan. The work will involve excavating footway pavements and assisting with the application of laying bituminous materials.
The item of plant (Backhoe Loader) will be supplied with a suitably competent driver. Proof will be required of any relevant experience and training of drivers such as a valid driving licence, operator’s licence, certifications and accreditations. Where possible, the Provider(s) should provide Operators with experience of carrying out highway maintenance work.
Backhoe Loaders supplied must be capable of attaching a hydraulic breaker to the backhoe.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £540,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will run for an initial period of 2 years, with two 12-month extension options. The maximum duration of the Framework Agreement will be 4 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 – Paving Machine (with Operator(s))
Lot No
2
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, Wigan Council will be looking to hire an appropriately sized Paving Machine at various times through the financial year; however, this is dependent on workflow. Indicatively, this could be around 8 times per year, generally for one day per order. Actual ordering requirements may be higher or lower dependent on requirements arising during the period of the Framework Agreement.
Each machine will primarily be used to assist with highway maintenance work within the borough of Wigan. The work will involve paving bituminous materials to a specified depth on Wigan Council’s carriageway network. There may be occasions where the Paving Machine will be required to work on footway pavements and car parking areas.
The item of plant (Paving Machine) will be supplied with a suitably competent Driver/Operative(s). Proof will be required of any relevant experience and training of drivers such as a valid driving licence, operator’s licence, certifications and accreditations.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £80,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 – Road Planer (with Operator(s)) and Road Sweeper (with Operator)
Lot No
3
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, hire of appropriately sized Road Planers at various times throughout the financial year; however, this is dependent on workflow. Indicatively, this could be around 30 times per year (up to 350mm milling width) and 3 times per year (up to 1,000mm milling width), generally for one day per order. Actual ordering requirements may be higher or lower dependent on requirements arising during the period of the Framework Agreement.
Each machine will primarily be used to assist with highway maintenance work within the borough of Wigan. The work will involve planing to a specified depth on Wigan Council’s carriageway network. There may be occasions where the Planer will be required to work on footway pavements and car parking areas.
The item of plant (Road Planer) will be supplied with a suitably competent Driver/Operative. Proof will be required of any relevant experience and training of drivers such as a valid driving licence, operator’s licence, certifications and accreditations.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 – HGV Tipper 6 Wheel / 8 Wheel (with Operator)
Lot No
4
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, 6 to 8 tippers per week (for an 8-wheel HGV tipper) dependent on workflow i.e. 3 tippers on for 2 days per week. Prices will also be sought for the hire of a 6-wheel tipper on an as need basis. Actual ordering requirements may be higher or lower dependent on requirements arising during the period of the Framework Agreement.
The vehicle will primarily be used to assist with Highway Maintenance work within the borough of Wigan. The work will involve excavating footway pavements and assisting with the application of laying bituminous materials. The vehicle will be primarily used to dispose site spoil and travelling to disposal centres within the borough of Wigan.
The item of plant (HGV tipper 8x4/6x4) will be supplied with a driver. Proof will be required of any relevant experience and training of drivers such as valid driving licence, operator’s licence, certifications and accreditations.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £160,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 5 – Grab Wagon (with Operator)
Lot No
5
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, hire of 1 vehicle per day on an as need basis dependent on workflow. Actual ordering requirements may be higher or lower dependent on requirements arising during the period of the Framework Agreement.
The vehicle will primarily be used to assist with Highway Maintenance work within the borough of Wigan. The work will involve excavating footway pavements and assisting with the application of laying bituminous materials. The vehicle will also be required to move smaller items of plant either by lifting or towing which include, generators, towable pumps and small road rollers (e.g., Bomag 80).
The item of plant (Grab wagon) will be supplied with a driver. Proof will be required of any relevant experience and training of drivers such as valid driving licence, operator’s licence, certifications and accreditations.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £360,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 6 – Mobile Welfare Units
Lot No
6
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 45000000 - Construction work
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, hire of 3 units on continuous hire, with each welfare unit being re-located approximately once every 2 weeks, dependent on workflow. Actual ordering requirements may be higher or lower dependent on requirements arising during the period of the Framework Agreement.
Each unit will primarily be used to assist with Highway Maintenance work within the borough of Wigan. The work will involve excavating footway pavements and assisting with the application of laying bituminous materials.
Delivery of the Welfare Unit will be direct to site at a location within the borough of Wigan. There may be an occasion where the delivery location or travel location my fall outside of the borough boundary of Wigan. The Welfare Unit will normally remain on site for a period of up to 2 weeks, but this is dependent on the nature of the work and can vary either way.
There will be a requirement for the Provider(s) appointed to this Lot to relocate welfare units, with each unit being re-located approximately once every 2 weeks.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £140,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 7 – Steel Lock-Up Container
Lot No
7
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Wigan, Greater Manchester, United Kingdom.
two.2.4) Description of the procurement
Indicatively, hire of 3 12ft Lock Up Units on continuous hire, with each unit being re-located approximately once every 2 weeks, dependent on workflow. Actual ordering requirements may be higher or lower dependent on requirements arising during the period of the Framework Agreement.
Each unit will primarily be used to assist with Highway Maintenance work within the borough of Wigan. The work will involve excavating footway pavements and assisting with the application of laying bituminous materials.
Delivery of the Lock Up Unit will be direct to site at a location within the borough of Wigan. There may be an occasion where the delivery location or travel location my fall outside of the borough boundary of Wigan. The Lock Up Unit will normally remain on site for a period of up to 2 weeks, but this is dependent on the nature of the work and can vary either way.
At the end of each job, the Unit will need to be relocated to a new location by the supplier.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 June 2021
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 June 2021
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Information on financial values stated within this Contract Notice are indicative values over the full 4 year period of the Framework Agreement.
Further details regarding service requirements are available within the Invitation to Tender documentation.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Holborn
London
WC2A 2LL
Country
United Kingdom