Contract notice

Information

Published

Expire date: 21/08/2023

External Reference: 2023-504020

FTS Reference: 2023-021207

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

The Borough Council of Calderdale
184 3147 61
Town Hall, Crossley Street
Halifax
HX1 1UJ
UK
Contact person: Graham Dendle
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Highways Works Framework 2023-26
Reference number:  YORtender ID 76900
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Minor Works
Lot No:  1
II.2.2)

Additional CPV code(s)

45233139  -  Highway maintenance work
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
Main site or place of performance:  
Calderdale
II.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.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  30%
Price  -  Weighting:  70%
II.2.6)

Estimated value

Value excluding VAT: 3000000.00  GBP
II.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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Extendable by 1 period of 12 months.
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)

Description

II.2.1)

Title

Carriageway and Footway Patching
Lot No:  2
II.2.2)

Additional CPV code(s)

45233139  -  Highway maintenance work
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
Main site or place of performance:  
Calderdale
II.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.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  30%
Price  -  Weighting:  70%
II.2.6)

Estimated value

Value excluding VAT: 5000000.00  GBP
II.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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Extendable by 1 period of 12 months.
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)

Description

II.2.1)

Title

Drainage Investigation
Lot No:  3
II.2.2)

Additional CPV code(s)

45232452  -  Drainage works
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
Main site or place of performance:  
Calderdale
II.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.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  30%
Price  -  Weighting:  70%
II.2.6)

Estimated value

Value excluding VAT: 1750000.00  GBP
II.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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Extendable by 1 period of 12 months.
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)

Description

II.2.1)

Title

Tree Works
Lot No:  4
II.2.2)

Additional CPV code(s)

77211500  -  Tree-maintenance services
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
Main site or place of performance:  
Calderdale
II.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.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  30%
Price  -  Weighting:  70%
II.2.6)

Estimated value

Value excluding VAT: 250000.00  GBP
II.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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Extendable by 1 period of 12 months.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.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.
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
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Contract performance conditions as detailed in the tender 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:  40
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:  21/08/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  19/11/2023
IV.2.7)

Conditions for opening of tenders

Date:  21/08/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
4 years
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

It is intended to appoint a maximum of approximately 10 tenderers to each of the 4 lots of the framework agreement.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
Internet address: https://www.judiciary.uk/

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
Internet address: https://www.judiciary.uk/

VI.4.4)

Service from which information about the review procedure may be obtained

High Court of England and Wales
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
Internet address: https://www.judiciary.uk/