Section one: Contracting authority
one.1) Name and addresses
Wirral Borough Council
Old Market House, 3rd Floor South Wing Hamilton Building
Birkenhead
CH41 5AL
Contact
Corporate Procurement
Telephone
+44 1516662000
Country
United Kingdom
NUTS code
UKD74 - Wirral
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Beaufort Road/Wallasey Bridge Road - Ped/Cycle Improvements
Reference number
DN621765
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Installation of improved cycle and pedestrian facilities along Beaufort Road and Wallasey Bridge Road
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD74 - Wirral
two.2.4) Description of the procurement
Wirral Council wish to engage a Contractor for works for:
• All works as required to construct 1200m of shared cycleway-footway with associated soft
and hard landscaping using high-quality public realm materials and street furniture.
• The work includes the installation of a parallel/zebra crossing facility for both pedestrians
and cyclists on Beaufort Road and a traffic island on Wallasey Bridge Road.
• Programming of the works, liaison and co-ordination with Wirral Council staff, designated
Peel representatives and/or agents (in accordance with protocols to be agreed with Wirral
Council) and any affected property owners.
• Site Clearance (removal of street furniture, vegetation, tree root systems) and removal of
soft and hard verges including footways. The required tree removal adjacent to the kerb
line has already been carried out, however, the tree root systems are still present. The
tree removal plan has been provided so that contractors are fully aware of the locations of
the root systems that will need to be removed as part of site clearance mentioned in the
works information.
• Removal of carriageway surfacing, kerbing and provision of new carriageway
construction, PCC kerbing and edging.
• Existing kerbs in good condition to remain and renew damaged kerbs as necessary.
• New hard verge (footway) construction - paved and bitmac (inc tactile ‘blister’ and
‘corduroy’ type paving etc).
• All works as required to undertake all soft verge and landscaping works identified,
including: excavation, disposal of suitable / unsuitable material, imported fill, levelling and
shaping works, tree / shrub planting and seeding.
• The contractor is responsible for all planting for 3 seasons/years as per Vol 3 –
specification and appendices.
• Boundary fencing (including vehicular and pedestrian gates as indicated).
• Non-illuminated traffic signs (inc ducting and connections) and new cycle bollards as
specified).
• Provision of service corridors and access chambers as identified and detailed, including
digital futureproofing infrastructure (four purple duct and chamber(s)) arrangement to CA
spec as identified and detailed.
• All identified drainage works, including all works as may be necessary for the provision of
required pipework, connections, Gullies/KCDB, manholes.
• Desilting of drains that may affect the scheme.
• Utilities related management and provisions including protection and temporary
arrangements during the contract. It is the Contractor’s own responsibility to satisfy
themselves with regards to the location, nature and status of any utilities infrastructure
prior to any works on-site and to undertake sufficient risk assessments for their required
works taking into account any other relevant health and safety legislation/regulations. It is
not expected to change statutory undertakers equipment.
• Temporary diversion / traffic management on live carriageway (as required) during works
undertaken.
• Assume that works at private accessed will be carried out during daytime hours but allow
for weekend working due to the nature of the businesses on Beaufort Road and Wallasey
Bridge Road.
• Temporary closure around the worksite to exclude and protect pedestrian users.
• Unhindered access to adjacent development works must be maintained for the duration
of the contract. Liaison / negotiation between Wirral Council and the 3rd party contractor / developer and may need to be reviewed as the contract progresses.
• Existing rail tracks that are within the boundary of this scheme will be removed by the
land owner before the commencement of the scheme but please allow for the removal of
concrete sleepers.
• Contractors are recommended to visit the site before considering their response.
• Please allow for all soil to go off side and subsoil to to BS 8601:2013 and topsoil to BS
3882.
• Site investigation of the area has not detected endangered or invasive plant species. Any
findings of such species during the works will be dealt with through compensation events.
• It is assumed that all materials are free from contaminants, should contaminated material
be discovered on site during construction, this will be dealt with through compensation
events.
• A site for a compound will be made available within Peel owned land located behind the
footway on Wallasey Bridge Road.
• It is the Contractor’s own responsibility to satisfy themselves with regards to the location,
nature and status of any utilities infrastructure prior to any works on-site and to undertake
sufficient risk assessments for their required works taking into account any other relevant
health and safety legislation/regulations.
• Tenderers will be required to use Built Intelligence FastDraft Contract Management
System for the ongoing management of the contract through to completion of the work.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
10 October 2022
End date
24 February 2023
This contract is subject to renewal
No
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: Yes
Identification of the project
European Regional Development Fund
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 August 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 August 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom