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
E-mail: graham.dendle@calderdale.gov.uk
NUTS: UKE44
Internet address(es)
Main address: https://www.calderdale.gov.uk/v2
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103251
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 sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70982&B=UK
Tenders or requests to participate must be sent 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
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:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Minor Works
II.2.2) Additional CPV code(s)
45233139
II.2.3) Place of performance
NUTS code:
UKE44
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: Quality
/ Weighting: 30%
Price
/ Weighting:
70%
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
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.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
Carriageway and Footway Patching
II.2.2) Additional CPV code(s)
45233139
II.2.3) Place of performance
NUTS code:
UKE44
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: Quality
/ Weighting: 30%
Price
/ Weighting:
70%
II.2.6) Estimated value
Value excluding VAT:
5 000 000.00
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.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 3
II.2.1) Title
Drainage Investigation
II.2.2) Additional CPV code(s)
45232452
II.2.3) Place of performance
NUTS code:
UKE44
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: Quality
/ Weighting: 30%
Price
/ Weighting:
70%
II.2.6) Estimated value
Value excluding VAT:
1 750 000.00
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.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 4
II.2.1) Title
Tree Works
II.2.2) Additional CPV code(s)
77211500
II.2.3) Place of performance
NUTS code:
UKE44
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: Quality
/ Weighting: 30%
Price
/ Weighting:
70%
II.2.6) Estimated value
Value excluding VAT:
250 000.00
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.2.9) Information about the limits on the number of candidates to be invited
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 with several operators.
Envisaged maximum number of participants to the framework agreement: 40
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) 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
EN
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
E-mail: tcc.issue@justice.gov.uk
Internet address(es)
URL: 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
E-mail: tcc.issue@justice.gov.uk
Internet address(es)
URL: 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
E-mail: tcc.issue@justice.gov.uk
Internet address(es)
URL: https://www.judiciary.uk/
VI.5) Date of dispatch of this notice
21/07/2023