Tender

Highways Works Framework 2023-26

  • The Borough Council of Calderdale

F02: Contract notice

Notice identifier: 2023/S 000-021207

Procurement identifier (OCID): ocds-h6vhtk-03e485

Published 21 July 2023, 11:51pm



Section one: Contracting authority

one.1) Name and addresses

The Borough Council of Calderdale

Town Hall, Crossley Street

Halifax

HX1 1UJ

Contact

Graham Dendle

Email

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

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Strand

London

WC2A 2LL

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/

six.4.4) Service from which information about the review procedure may be obtained

High Court of England and Wales

Strand

London

WC2A 2LL

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/