Tender

Framework Agreement for the Hire of Large Plant (some with Operator) 2021 - 2023 (2025)

  • Wigan Council

F02: Contract notice

Notice identifier: 2021/S 000-009135

Procurement identifier (OCID): ocds-h6vhtk-02ab20

Published 28 April 2021, 2:09pm



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

Email

christopher.dunn@wigan.gov.uk

Telephone

+44 1942767315

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.wigan.gov.uk/

Buyer's address

http://www.wigan.gov.uk/

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

Internet address

http://www.wigan.gov.uk/