- Scope of the procurement
- 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 statutory holidays
- Lot 3 - Highway event support- traffic management, business hours and out of hours
- Lot 4 - Drainage - cyclical Gully cleansing
- Lot 5 - Drainage -repairs including improvement works, and as required, culvert, trash screen and water course clearance.
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
Philip.Robinson1@manchester.gov.uk
Telephone
+44 1612345000
Country
United Kingdom
Region 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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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