Tender

TC1111 - Highways Maintenance Framework

  • Manchester City Council

F02: Contract notice

Notice identifier: 2023/S 000-017183

Procurement identifier (OCID): ocds-h6vhtk-03d706

Published 16 June 2023, 12:25pm



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

Mr Philip Robinson

Email

Philip.Robinson1@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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.the-chest.org.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

TC1111 - Highways Maintenance Framework

Reference number

DN663283

two.1.2) Main CPV code

  • 45233139 - Highway maintenance work

two.1.3) Type of contract

Works

two.1.4) Short description

Manchester City Council is seeking suppliers for a new collaborative 4-year Highway Maintenance Framework.

The works and services covered by the framework have been split into 5 Lots, as follows:

• Lot 1 - Patching defect repairs (small and large defects)

• Lot 2 - Highway mobile repairs, includes emergencies during typical business hours, out of hours, nights, and public holidays

• Lot 3 - Highway event support- traffic management, business hours and out of hours

• Lot 4 – Gully cleansing

• Lot 5 - Drainage - Repairs including improvement works, and as required, culvert, trash screen and water course clearance

two.1.5) Estimated total value

Value excluding VAT: £32,000,000

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 - Patching defect repairs (small and large defects)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45233139 - Highway maintenance work
  • 45233141 - Road-maintenance works
  • 45233142 - Road-repair works

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Bituminous Patching defect repairs (small and large defects)

Reactive and Planned Repairs involving making permanent repairs to carriageways, footways and cycleways.

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 & Environment / Weighting: 10%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £14,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

As per the document Request to Participate.

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 - Highway mobile repairs, includes emergencies during typical business hours, out of hours, nights, and statutory holidays

Lot No

2

two.2.2) Additional CPV code(s)

  • 45233139 - Highway maintenance work
  • 45233141 - Road-maintenance works
  • 45233142 - Road-repair works

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

The Scope is for the provision of Highways Emergency call out response services and Highways Emergency response works for areas within Manchester City Council’s jurisdiction and covers the following services / works:

Provision of "Out of Hours" service (4pm to 7am the following day Monday to Friday plus 24-hour cover for weekends, Public Holidays including Christmas) emergency response service 7 days a week.

Option to allow the service to be extended to include Monday to Friday 7am to 4pm

Highway emergency call out including reactive patching works and other highway emergency call outs as and when instructed by the Client.

Drainage and CCTV Call Out works as and when instructed by the Client to provide a first response and or a backup response for de-silting, cleaning, flood alleviation works etc. as and when instructed by the Client.

Provision of traffic management works; traffic, pedestrian, structures etc separation / protection works; and Signage as and when instructed by the Client.

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 & Environment / Weighting: 10%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £4,800,000

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.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

As per the document Request to Participate.

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 - Highway event support- traffic management, business hours and out of hours

Lot No

3

two.2.2) Additional CPV code(s)

  • 45233150 - Traffic-calming works
  • 63712700 - Traffic control services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

The Scope is for the provision of Traffic and Pedestrian Management for Events, Protests and other instances for areas within Manchester City Council’s jurisdiction and covers the following services / works:

Provision of traffic management works; traffic, pedestrian, structures etc separation / protection works; and Signage as and when instructed by the Client.

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 & Environment / Weighting: 10%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £3,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

As per the document Request to Participate.

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 - Drainage - cyclical Gully cleansing

Lot No

4

two.2.2) Additional CPV code(s)

  • 90640000 - Gully cleaning and emptying services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

The tasks involve the cleansing of highway drainage situated in the carriageway, footway, cycleway:

• Gully pot cleanse – carriageway.

• Gully pot cleanse – footway.

• Gully pot cleanse – cycleway.

• ACO/Slot Drain/Beany Block cleanse

• CCTV Surveys.

• High powered jetting.

• Gully pot hand digs.

• Rodding eye cleanse.

• Desilting.

• Mainline cleanse.

• Unblock ditch.

• Culvert clearance

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 & Environment / Weighting: 10%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £2,560,000

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.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

As per the document Request to Participate.

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 - Drainage -repairs including improvement works, and as required, culvert, trash screen and water course clearance.

Lot No

5

two.2.2) Additional CPV code(s)

  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Drainage Improvements/Repairs

The works involve drainage improvement and repairs to existing highway drainage including but not limited to:

• Hi-Powered Jetting

• Gully pot dig out’s

• Gully pot replacement 45/90 litre

• Main line clean

• Connection excavation and repair

• Gully lid release

• Root cutting

• CCTV survey

• Investigate and repair unknown fault

• Bung replacement

• Replace/install carriageway drain gully to include PVC gully pot, gully grating and frame, brickwork, Biscuit, and piped connection with reinstatement.

• Replace/repair ACO, Slot drains and kerb edge systems.

• Replace/install rodding eye.

• Repair/install brick manholes with lid, frame, and reinstatement.

• Removing root infestation.

• ACO/Slot Drain cleanse.

• CCTV Surveys.

• Gully pot hand digs.

• Rodding eye cleanse.

• Connection excavation and repairs.

• Line, joint, bend and collar replacement

• Replace gully grate and frame with reinstatement.

• Renewal of road markings when affected by drainage repair.

• Adjustment of ironwork gully lid, manhole, cover rodding etc.

• Hedge cutting.

• Unblock ditch/culvert.

• Repair trash screens

• De-silting

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 & Environment / Weighting: 10%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £8,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

As per the document Request to Participate.

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

Restricted 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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 July 2023

Local time

11:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

18 September 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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.

The successful supplier 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 contract, 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 contract.

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

Manchester City Council

Manchester

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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 contract is communicated to tenderers prior to entering into

the contract. If an appeal regarding the award of a contract 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)

six.4.4) Service from which information about the review procedure may be obtained

Manchester City Council

Manchester

Country

United Kingdom