Contract

TC041 - Proprietary Treatments to Carriageways and Footways

  • Manchester City Council

F03: Contract award notice

Notice identifier: 2025/S 000-014535

Procurement identifier (OCID): ocds-h6vhtk-04bcdd (view related notices)

Published 11 April 2025, 11:41am



Section one: Contracting authority

one.1) Name and addresses

Manchester City Council

Floor 5 (Mount Street Elevation), Town Hall Extension, Albert Square

Manchester

M60 2LA

Contact

Ms Kendy Li

Email

kendy.li@manchester.gov.uk

Telephone

+44 1612345000

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.manchester.gov.uk

Buyer's address

http://www.manchester.gov.uk

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

TC041 - Proprietary Treatments to Carriageways and Footways

Reference number

DN715296

two.1.2) Main CPV code

  • 45233000 - Construction, foundation and surface works for highways, roads

two.1.3) Type of contract

Works

two.1.4) Short description

The purpose of this tender is to establish a framework agreement for the provision of proprietary surface treatments to carriageways and footways.

The works comprise:

- Pre-patching of carriageways and footways prior to treatment (where necessary)

- Cleaning of and where necessary repairs to the highway drainage system

- Application of proprietary materials to footways and carriageways

- Application of carriageway markings

- Adjustment and replacement of ironwork (where necessary)

- A proportion of the works will be carried out off-peak and at weekends

- The location of the works is within the City of Manchester

It is intended that Manchester City Council will award this framework to the 3 highest scoring tenderers, subject to meeting the quality threshold criteria.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £24,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 44113810 - Surface dressing

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Further details are set out in the procurement documents

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 20

Quality criterion - Name: Carbon Neutral and Environment / Weighting: 10

Price - Weighting: 40

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.2.14) Additional information

The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on 15th January 2025 as referred to in IV.2.2.


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

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-037341


Section five. Award of contract

Contract No

TC041

Title

TC041 - Proprietary Treatments to Carriageways and Footways

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 April 2025

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

JPCS LTD

Rejuvo House, The Sidings, Hampton Heath Industrial Estate, Malpas

Cheshire

SY14 8LU

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
National registration number

2776886

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

KIELY BROS LTD

135 Cherrywood Road, Bordesley Green

Birmingham

B9 4XE

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
National registration number

03487871

The contractor is an SME

No

five.2.3) Name and address of the contractor

ROSGAL LIMITED

Battersea Road, Heaton Mersey

Stockport

SK4 3EA

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
National registration number

3731189

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £24,000,000


Section six. Complementary information

six.3) Additional information

The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on 15th January 2024 as referred to in IV.2.2. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.

The framework will be for 2 years, expected to commence 15th May 2025 with option to extend for up to an additional 2 years.

Awarding of contracts will be by Direct Award based on Price and Availability.

The Pricing Schedule submitted at the tender stage will be used to price the works required.

Each Works Package Order will be priced by applying quantities against the items pertaining to the works into the Pricing Schedule to determine the lowest.

The lowest-priced holder will be asked to confirm their availability to carry out the works. If the lowest-priced holder is not available, the same process will be carried out with the next lowest. This will continue until a suitable award is made. Further details can be found in the procurement documents.

The successful suppliers will be required to actively participate in the economic and social regeneration of the locality of, and surroundings of, the place of delivery of the contract. Therefore, selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations as relevant to the subject matter of this project.

The Council reserves the right not to award the framework, as a result of this Contract Notice. The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed framework.

All submissions must be in English, with any clarifications or discussions conducted in English. Tenders and supporting documents must be priced in pounds sterling and all payments under the proposed contract will be made in pounds sterling.

six.4) Procedures for review

six.4.1) Review body

The High Court (England, Wales and Northern Ireland)

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework is communicated to tenderers prior to entering into the framework. If an appeal regarding the award of a framework has not been successfully resolved, the Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).