Tender

TC041 - Proprietary Treatments to Carriageways and Footways Framework

  • Manchester City Council

F02: Contract notice

Notice identifier: 2024/S 000-037341

Procurement identifier (OCID): ocds-h6vhtk-04bcdd

Published 19 November 2024, 11:48am



Section one: Contracting authority

one.1) Name and addresses

Manchester City Council

Floor 5 (Mount Street Elevation), Town Hall Extension, Albert Square

Manchester

M60 2LA

Contact

Ms Kendy Li

Email

kendy.li@manchester.gov.uk

Telephone

+44 1612345000

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.manchester.gov.uk

Buyer's address

http://www.manchester.gov.uk

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

TC041 - Proprietary Treatments to Carriageways and Footways Framework

Reference number

DN715296

two.1.2) Main CPV code

  • 45233000 - Construction, foundation and surface works for highways, roads

two.1.3) Type of contract

Works

two.1.4) Short description

The purpose of this tender is to establish a framework agreement for the provision of proprietary surface treatments to carriageways and footways.

The works comprise:

- Pre-patching of carriageways and footways prior to treatment (where necessary)

- Cleaning of and where necessary repairs to the highway drainage system

- Application of proprietary materials to footways and carriageways

- Application of carriageway markings

- Adjustment and replacement of ironwork (where necessary)

- A proportion of the works will be carried out off-peak and at weekends

- The location of the works is within the City of Manchester

It is intended that Manchester City Council will award this framework to the 3 highest scoring tenderers, subject to meeting the quality threshold criteria.

two.1.5) Estimated total value

Value excluding VAT: £24,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44113810 - Surface dressing

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Further details are set out in the procurement documents

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 20

Quality criterion - Name: Carbon Neutral and Environment / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £24,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Extension available for 24 months

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 Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on 15 January 2025 as referred to in IV.2.2.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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

15 January 2025

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

15 January 2025

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on 15th January 2024 as referred to in IV.2.2. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.

The framework will be for 2 years, expected to commence 1st May 2025 with option to extend for up to an additional 2 years.

Awarding of contracts will be by Direct Award based on Price and Availability.

The Pricing Schedule submitted at the tender stage will be used to price the works required.

Each Works Package Order will be priced by applying quantities against the items pertaining to the works into the Pricing Schedule to determine the lowest.

The lowest-priced holder will be asked to confirm their availability to carry out the works. If the lowest-priced holder is not available, the same process will be carried out with the next lowest. This will continue until a suitable award is made. Further details can be found in the procurement documents.

The successful suppliers will be required to actively participate in the economic and social regeneration of the locality of, and surroundings of, the place of delivery of the contract. Therefore, selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations as relevant to the subject matter of this project.

The Council reserves the right not to award the framework, as a result of this Contract Notice. The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed framework.

All submissions must be in English, with any clarifications or discussions conducted in English. Tenders and supporting documents must be priced in pounds sterling and all payments under the proposed contract will be made in pounds sterling.

six.4) Procedures for review

six.4.1) Review body

The High Court (England, Wales and Northern Ireland)

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework is communicated to tenderers prior to entering into the framework. If an appeal regarding the award of a framework has not been successfully resolved, the Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)