Section one: Contracting authority
one.1) Name and addresses
The Borough Council of Calderdale
Town Hall, Crossley Street
Halifax
HX1 1UJ
Contact
Graham Dendle
graham.dendle@calderdale.gov.uk
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
National registration number
184 3147 61
Internet address(es)
Main address
https://www.calderdale.gov.uk/v2
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103251
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70982&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70982&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
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 Works Framework 2023-26
Reference number
YORtender ID 76900
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Borough Council of Calderdale invites you to submit a tender for one (or more) lots of the Council's Highways Works Framework 2023-26.
The purpose of this Framework Agreement is for the provision of labour, plant and materials for work in connection with footways, carriageways, kerbing, walling, drainage, bridges, surfacing, signage, car parks, fencing and trees at various sites within the Borough. At most sites the majority of the work will be in or adjacent to the footway/carriageway, but some works may be required on rights of way, canal towpaths and Council-owned or private land, remote from the highway.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
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
Minor Works
Lot No
1
two.2.2) Additional CPV code(s)
- 45233139 - Highway maintenance work
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Calderdale
two.2.4) Description of the procurement
Lot 1 Minor Works - The works shall comprise the provision of labour, plant and materials for work in connection with footways, carriageways, kerbing, walling, drainage, bridges, surfacing, signage, car parks and fencing at various sites within the Borough Council of Calderdale (see enclosed map). At most sites the majority of the work will be in or adjacent to the footway/carriageway, but some works may be required on Rights of Way, canal towpaths and Council owned or private land, remote from the highway.
It will include work described by the Specification for Highway Works Series 100, 200, 300, 400, 500, 600, 700, 1100, 1200, 1700, 2400 and 3000.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Price - Weighting: 70%
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
Yes
Description of renewals
Options to be considered in advance of this contract expiring.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Extendable by 1 period of 12 months.
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
Carriageway and Footway Patching
Lot No
2
two.2.2) Additional CPV code(s)
- 45233139 - Highway maintenance work
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Calderdale
two.2.4) Description of the procurement
The works shall comprise the provision of labour, plant and materials for work in connection with footways, carriageways, kerbing, surfacing and car parks at various sites within the Borough Council of Calderdale (see enclosed map). At most sites the majority of the work will be in or adjacent to the footway/carriageway, but some works may be required on Rights of Way, canal towpaths and Council owned or private land, remote from the highway.
It will include work described by the Specification for Highway Works Series 100 and 700.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Price - Weighting: 70%
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Options to be considered in advance of this contract expiring.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Extendable by 1 period of 12 months.
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
Drainage Investigation
Lot No
3
two.2.2) Additional CPV code(s)
- 45232452 - Drainage works
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Calderdale
two.2.4) Description of the procurement
The works shall comprise the provision of labour, plant and materials for work in connection with drainage at various sites within the Borough Council of Calderdale (see enclosed map). At most sites the majority of the work will be in or adjacent to the footway/carriageway, but some works may be required on Rights of Way, canal towpaths and Council owned or private land, remote from the highway.
It will include work described by the Specification for Highway Works Series 100, 200, 500, 600, 700, 1100, 3000 and 9000.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Price - Weighting: 70%
two.2.6) Estimated value
Value excluding VAT: £1,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Options to be considered in advance of this contract expiring.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Extendable by 1 period of 12 months.
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
Tree Works
Lot No
4
two.2.2) Additional CPV code(s)
- 77211500 - Tree-maintenance services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Calderdale
two.2.4) Description of the procurement
The works shall comprise the provision of labour, plant and materials for work in connection with the maintenance and clearance of trees and vegetation at various sites within the Borough Council of Calderdale (see enclosed map). At most sites the majority of the work will be in or adjacent to the footway/carriageway, but some works may be required on Rights of Way, canal towpaths and Council owned or private land, remote from the highway.
It will include work described by the Specification for Highway Works Series 100 and 200.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Price - Weighting: 70%
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Options to be considered in advance of this contract expiring.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Extendable by 1 period of 12 months.
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 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
Conditions as detailed in the tender documents.
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
Contract performance conditions as detailed in the tender documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
Envisaged maximum number of participants to the framework agreement: 40
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
21 August 2023
Local time
12:00pm
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
Tender must be valid until: 19 November 2023
four.2.7) Conditions for opening of tenders
Date
21 August 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
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
It is intended to appoint a maximum of approximately 10 tenderers to each of the 4 lots of the framework agreement.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom