Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Highways Works Framework 2023-26

  • First published: 22 July 2023
  • Last modified: 22 July 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03e485
Published by:
The Borough Council of Calderdale
Authority ID:
AA21822
Publication date:
22 July 2023
Deadline date:
21 August 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45232452 Drainage works Ancillary works for pipelines and cables
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
77211500 Tree-maintenance services Services incidental to logging

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
graham.dendle@calderdale.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.