Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Manchester City Council
Floor 5 (Mount Street Elevation), Town Hall Extension, Albert Square
Manchester
M60 2LA
UK
Contact person: Ms Kendy Li
Telephone: +44 1612345000
E-mail: kendy.li@manchester.gov.uk
NUTS: UKD3
Internet address(es)
Main address: http://www.manchester.gov.uk
Address of the buyer profile: http://www.manchester.gov.uk
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
TC041 - Proprietary Treatments to Carriageways and Footways
Reference number: DN715296
II.1.2) Main CPV code
45233000
II.1.3) Type of contract
Works
II.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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
24 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
44113810
II.2.3) Place of performance
NUTS code:
UKD3
II.2.4) Description of the procurement
Further details are set out in the procurement documents
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 30
Quality criterion: Social Value
/ Weighting: 20
Quality criterion: Carbon Neutral and Environment
/ Weighting: 10
Price
/ Weighting:
40
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 15th January 2025 as referred to in IV.2.2.
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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-037341
Section V: Award of contract
Contract No: TC041
Title: TC041 - Proprietary Treatments to Carriageways and Footways
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/04/2025
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
JPCS LTD
2776886
Rejuvo House, The Sidings, Hampton Heath Industrial Estate, Malpas
Cheshire
SY14 8LU
UK
NUTS: UKD6
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
KIELY BROS LTD
03487871
135 Cherrywood Road, Bordesley Green
Birmingham
B9 4XE
UK
NUTS: UKG31
The contractor is an SME:
No
V.2.3) Name and address of the contractor
ROSGAL LIMITED
3731189
Battersea Road, Heaton Mersey
Stockport
SK4 3EA
UK
NUTS: UKD3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 24 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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 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 15th 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.
VI.4) Procedures for review
VI.4.1) Review body
The High Court (England, Wales and Northern Ireland)
The Strand
London
WC2A 2LL
UK
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).
VI.5) Date of dispatch of this notice
11/04/2025