Tender

Highways Term Maintenance Contracts

  • Halton Borough Council
  • Warrington Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-019130

Procurement identifier (OCID): ocds-h6vhtk-035163

Published 13 July 2022, 11:30am



Section one: Contracting authority

one.1) Name and addresses

Halton Borough Council

Municipal Building, Kingsway

Widnes

WA8 7QF

Email

alexandra.blackburn@halton.gov.uk

Telephone

+44 3033334300

Country

United Kingdom

NUTS code

UKD71 - East Merseyside

Internet address(es)

Main address

http://www.halton.gov.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA1966

one.1) Name and addresses

Warrington Borough Council

East Annex, Town Hall, Sankey Street

Warrington

WA1 1UH

Email

dvasey@warrington.gov.uk

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

www.warrington.gov.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA3110

one.2) Information about joint procurement

The contract involves joint procurement

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

Highways Term Maintenance Contracts

two.1.2) Main CPV code

  • 98390000 - Other services

two.1.3) Type of contract

Services

two.1.4) Short description

Halton Borough Council and Warrington Borough Council are seeking appoint a suitably qualified Contractor to provide Highways Term Maintenance Services.

The services include:

Carriageways, footways and cycleways

Public rights of way

Signs and road markings

Fences and highway barriers / restraint systems

Drainage systems

Bridges, culverts, retaining walls and other structures

Street furniture

Street lighting and other illuminated assets

Car parks and other paved areas

Reactive and programmed maintenance and Improvements

Winter Response

two.1.5) Estimated total value

Value excluding VAT: £117,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

It is intended that one contractor will be appointed for both contracts.

two.2) Description

two.2.1) Title

Highways Term Maintenance Contracts - Halton Borough Council

Lot No

1

two.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads
  • 45233130 - Construction work for highways
  • 45233131 - Construction work for elevated highways
  • 45233139 - Highway maintenance work
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45233310 - Foundation work for highways
  • 63712200 - Highway operation services
  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45111240 - Ground-drainage work
  • 45111290 - Primary works for services
  • 45112730 - Landscaping work for roads and motorways
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45213312 - Car park building construction work
  • 45221000 - Construction work for bridges and tunnels, shafts and subways

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Within the borough of Halton

two.2.4) Description of the procurement

The service comprises maintenance and improvement work including:

Carriageways, footways and cycleways

Public rights of way

Signs and road markings

Fences and highway barriers / restraint systems

Drainage systems

Bridges, culverts, retaining walls and other structures

Street furniture

Street lighting and other illuminated assets

Car parks and other paved areas

Reactive Maintenance

Emergency repairs, signing and making safe on a 24/7 basis

Manpower emergency response service.

Emergency Winter Maintenance Operations (including snow clearance of specific areas e.g. Shopping centres)

Programmed Maintenance Works:

Potholing and patching

Resurfacing

Planned repairs and servicing

Minor repairs

Road marking and road stud

Drainage investigations and repairs

Maintenance of Public Rights of Way

Verge maintenance (edging of footways and clearing drainage grips)

Repair and replacement of street furniture, street name plates and pedestrian guard rails

Minor bridge maintenance, repairs to structures and graffiti removal

Traffic management for events and third parties

Placement and removal of temporary barriers.

Concrete repairs to structures

Graffiti removal

Improvements:

The construction of improvement works for

Carriageway, footway and cycleways

Street lighting and UTC infrastructure

Signs and road markings

Drainage improvements and flood alleviation

Traffic Management

Bridge improvements

Environmental Enhancements.

Active travel including cycling and pedestrian schemes

Developer Schemes under Section 38 & Section 278 of the Highways Act 1980 relating to the development of highway infrastructure etc,

Routine Maintenance Services:

Gully cleaning and drainage clearance,

Verge maintenance and weed spraying for public rights of way.

Winter Response Service:

Precautionary salting,

Snow and ice service,

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: £45,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

There will be 4 x 12 month extensions to be offered at the discretion of the Authority.

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.2.14) Additional information

The estimated contract value is based on all extension options being given. If no extensions are offered then the estimated contract value could reduce to approx. 27000000.00. Each annual extension after the initial term of 6 years has been estimated at 4500000. There is no guarantee regarding these figures and not all work is known at this time so the figures in this notice are purely estimates.

two.2) Description

two.2.1) Title

Highways Term Maintenance Contract - Warrington Borough Council

Lot No

2

two.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads
  • 45233130 - Construction work for highways
  • 45233131 - Construction work for elevated highways
  • 45233139 - Highway maintenance work
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45233310 - Foundation work for highways
  • 63712200 - Highway operation services
  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45111240 - Ground-drainage work
  • 45111290 - Primary works for services
  • 45112730 - Landscaping work for roads and motorways
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45221000 - Construction work for bridges and tunnels, shafts and subways
  • 45213312 - Car park building construction work

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

within the borough of Warrington

two.2.4) Description of the procurement

The service comprises maintenance and improvement work including:

Carriageways, footways and cycleways

Public rights of way

Signs and road markings

Fences and highway barriers / restraint systems

Drainage systems

Bridges, culverts, retaining walls and other structures

Street furniture

Street lighting and other illuminated assets

Car parks and other paved areas

Reactive Maintenance

Emergency repairs, signing and making safe on a 24/7 basis

Manpower emergency response service.

Emergency Winter Maintenance Operations (including snow clearance of specific areas e.g. Shopping centres)

Programmed Maintenance Works:

Potholing and patching

Resurfacing

Planned repairs and servicing

Minor repairs

Road marking and road stud

Drainage investigations and repairs

Maintenance of Public Rights of Way

Verge maintenance (edging of footways and clearing drainage grips)

Repair and replacement of street furniture, street name plates and pedestrian guard rails

Minor bridge maintenance, repairs to structures and graffiti removal

Traffic management for events and third parties

Placement and removal of temporary barriers.

Concrete repairs to structures

Graffiti removal

Improvements:

The construction of improvement works for

Carriageway, footway and cycleways

Street lighting and UTC infrastructure

Signs and road markings

Drainage improvements and flood alleviation

Traffic Management

Bridge improvements

Environmental Enhancements.

Active travel including cycling and pedestrian schemes

Developer Schemes under Section 38 & Section 278 of the Highways Act 1980 relating to the development of highway infrastructure etc,

Routine Maintenance Services:

Gully cleaning and drainage clearance,

Verge maintenance and weed spraying for public rights of way.

Winter Response Service:

Precautionary salting,

Snow and ice service,

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: £72,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

there are 4 x 12 month extensions to be given at the discretion of the Authority

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.2.14) Additional information

The estimated contract value is based on extension options being given. If no extensions are offered then the estimated contract value could reduce to approx. 43200000.00. Each annual extension after the initial term of 6 years has been estimated at 7200000. There is no guarantee regarding these figures and not all work is known at this time so the figures in this notice are purely estimates.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the procurement documents at www.The-Chest.org.uk for details

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the procurement documents at www.The-Chest.org.uk for details.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

19 August 2022

Local time

3:00pm

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

19 August 2022

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Dependent upon whether the extension options are used. If all are used then approx June/July 2032. If none are used then approx June/July 2028.

If only one extension is offered: approx June/July 2029

If only two extensions are offered: approx. June/July 2030

If only three extensions are offered: approx. June/July 2031

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To bid for this opportunity please register as a supplier at www.the-chest.org.uk and express your interest in the opportunity via the Chest. All of the procurement documentation will be available on the Chest website to view and complete.

Any queries can be raised using the messaging facility on the Chest website.

(MT Ref:226734)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit