Section one: Contracting authority
one.1) Name and addresses
Halton Borough Council
Municipal Building, Kingsway
Widnes
WA8 7QF
alexandra.blackburn@halton.gov.uk
Telephone
+44 3033334300
Country
United Kingdom
NUTS code
UKD71 - East Merseyside
Internet address(es)
Main address
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
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
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
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
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
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