Construction Contract Leads
North West
Category Works
Type
No. of Lots 1
Status Active
Published 16th Jan 2025
Reference | ocds-h6vhtk-04d3d2 |
Common Procurement Vocabulary | Construction, foundation and surface works for highways, roads |
Procurement Method | Open procedure |
Value | £48,000,000 |
North West
Category Works
Type
No. of Lots 1
Status Active
Published 16th Jan 2025
Reference | ocds-h6vhtk-04d3d2 |
Common Procurement Vocabulary | Construction, foundation and surface works for highways, roads |
Procurement Method | Open procedure |
Value | £48,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Manchester City Council
Floor 5 (Mount Street Elevation), Town Hall Extension, Albert Square
Manchester
M60 2LA
Contact
Miss Emily Naylor
Emily.Naylor [at] manchester.gov.uk
Telephone
+44 1612345000
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
I.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
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
TC040- Surfacing of Carriageways and Footways Framework
Reference number
DN755956
II.1.2) Main CPV code
- 45233000 - Construction, foundation and surface works for highways, roads
II.1.3) Type of contract
Works
II.1.4) Short description
The tender is for the provision of a surfacing of carriageways and footways framework.
The works comprise of:
• Milling off and resurfacing of carriageways
• Adjustment and replacement of carriageway ironwork
• Cleaning and where necessary repairs to the highway drainage system
• Application of carriageway markings
• Where necessary removal and replacement of kerbs
• Repairs to or removal of and replacement of footway surfaces
• Adjustment and replacement of footway ironwork
• 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
The council intends to appoint 3 contractors to the framework.
II.1.5) Estimated total value
Value excluding VAT: £48,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45233200 - Various surface works
- 45233210 - Surface work for highways
- 45233220 - Surface work for roads
- 45233253 - Surface work for footpaths
II.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
II.2.4) Description of the procurement
Further details are set out in the procurement documents
II.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
II.2.6) Estimated value
Value excluding VAT: £48,000,000
II.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
Option to extend for up to an additional 24 months
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.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 26th February 2025 as referred to in IV.2.2.
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.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
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
26 February 2025
Local time
11:00am
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
26 February 2025
Local time
11:00am
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.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 26th February 2025 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 5th May 2025 with option to extend for up to an additional 2 years.
Awarding of contracts will be by Direct Award.
Direct Award of each Works Package Order will be made on the basis of 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, alongside their agreement to the total of the Prices for the works in accordance
with the Package Order which will contain the Scope and Call off Contract.
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.
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.
VI.4) Procedures for review
VI.4.1) Review body
The High Court (England, Wales and Northern Ireland)
The Strand
London
WC2A 2LL
Country
United Kingdom
VI.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)