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

Sustainable Oldham Strategic Partnership Agreement (SOSPA)

  • First published: 08 September 2023
  • Last modified: 08 September 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-03fab4
Published by:
Oldham Council
Authority ID:
AA22762
Publication date:
08 September 2023
Deadline date:
09 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Oldham Council has a strategy to deliver a series of highway improvement and high specification public realm projects in and around Oldham Town Centre. Sustainable Oldham is a package of measures to transform the accessibility and connectivity to and around Oldham Town Centre by all modes as part of an ambitious vision and development strategy for investment in the Town Centre.

The Council is using the Restricted Procedure pursuant to Regulation 28 of the Public Contracts Regulations 2015 (as amended) (PCR) which will involve the following two core stages:

Stage 1 – assessment of capacity, capability, and financial standing to meet Council requirements and shortlisting Selection Questionnaire (SQ);

Stage 2 – Invitation to Tender to those shortlisted (ITT).

Those Tenderers shortlisted at Stage 1 will be invited to Tender and will be requested to provide proposals to meet the requirements outlined in the procurement documents.

The term is to be for a maximum of 4 years. There is a programme of several projects planned initially. The final number of projects to be delivered may increase and vary depending on the level of future external funding available to the Council and the success of the partnership between the Council and Delivery Partner.

It is the intention of the Council that the Delivery Partner will deliver the entire programme of works, however there are situations where a Reserve Supplier may be invited to deliver Work Orders. The Reserve Supplier will be engaged by the Council to hold that role from the outset and will be invited to take part in a quotation procedure for a Work order in limited situations and as described in the procurement documents.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Oldham Council

Civic Centre

Oldham

OL1 1UT

UK

Contact person: Mr Dan Cheetham

E-mail: dan.cheetham@oldham.gov.uk

NUTS: UKD

Internet address(es)

Main address: http://www.oldham.gov.uk/

Address of the buyer profile: https://procontract.due-north.com/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert/Index?advertId=1c63df51-eace-ed11-8120-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=1c63df51-eace-ed11-8120-005056b64545


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

Sustainable Oldham Strategic Partnership Agreement (SOSPA)

Reference number: DN663452

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Oldham Council has a strategy to deliver a series of highway improvement and high specification public realm projects in and around Oldham Town Centre. Sustainable Oldham is a package of measures to transform the accessibility and connectivity to and around Oldham Town Centre by all modes as part of an ambitious vision and development strategy for investment in the Town Centre.

The appointment of a Strategic Delivery Partner will initially support the Council in:

Facilitating development of the Key Route Network including junction improvements;

Improving connectivity to the town centre for pedestrians and cyclists and bus travellers;

Maintaining the integrity of the highway network around Oldham.

II.1.5) Estimated total value

Value excluding VAT: 35 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45100000

45110000

45233100

45233120

45233121

45233122

45233123

45233124

45233125

45233127

45233128

45233129

45233130

45233139

45233140

45233141

45233142

45233150

45233160

45233161

45233162

45233200

45233210

45233220

45233221

45233222

45233223

45233224

45233225

45233226

45233228

45233229

45233250

45233251

45233252

45233253

45233260

45233262

45233280

45233290

45233291

45233292

45233293

45233294

45233300

45233310

45233320

45233330

45233340

II.2.3) Place of performance

NUTS code:

UKD

II.2.4) Description of the procurement

Oldham Council has a strategy to deliver a series of highway improvement and high specification public realm projects in and around Oldham Town Centre. Sustainable Oldham is a package of measures to transform the accessibility and connectivity to and around Oldham Town Centre by all modes as part of an ambitious vision and development strategy for investment in the Town Centre.

The Council is using the Restricted Procedure pursuant to Regulation 28 of the Public Contracts Regulations 2015 (as amended) (PCR) which will involve the following two core stages:

Stage 1 – assessment of capacity, capability, and financial standing to meet Council requirements and shortlisting Selection Questionnaire (SQ);

Stage 2 – Invitation to Tender to those shortlisted (ITT).

Those Tenderers shortlisted at Stage 1 will be invited to Tender and will be requested to provide proposals to meet the requirements outlined in the procurement documents.

The term is to be for a maximum of 4 years. There is a programme of several projects planned initially. The final number of projects to be delivered may increase and vary depending on the level of future external funding available to the Council and the success of the partnership between the Council and Delivery Partner.

It is the intention of the Council that the Delivery Partner will deliver the entire programme of works, however there are situations where a Reserve Supplier may be invited to deliver Work Orders. The Reserve Supplier will be engaged by the Council to hold that role from the outset and will be invited to take part in a quotation procedure for a Work order in limited situations and as described in the procurement documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 35 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The Council will invite a maximum of Five (5) Tenderers to participate in Stage 2 and such Tenderers will be selected on the basis of them being the five highest scoring at the SQ stage, provided they meet all minimum standards of qualification set out in the SQ. The Council reserves the right to invite fewer than five Tenderers to Stage 2, if fewer than five suitable applications are received. The Tenderer with the highest score being ranked in 1st place. In the event that the total score of the 6th placed Tenderer is tied with the total score achieved by the 5th placed Tenderer, the 6th placed Tenderer will also proceed to the shortlist and the next stage ITT.

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

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


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As described in the procurement documents.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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: 2

Justification for any framework agreement duration exceeding 4 years:

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: 09/10/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 10/11/2023

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

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Procurement documents must be accessed through the Council's e-tendering portal: The

Chest/Proactis (www.the-chest.org.uk). Project reference DN663452. All communications must also be directed via this portal.

The Chest - Tenderer Support

Go to https://www.the-chest.org.uk/SupplierSupport.html

Here you will see the hyperlink to log your issue / 'submit a ticket' for ProContract

V3.

Alternatively you can log your call by emailing ProContractSuppliers@proactis.com

and a representative will contact you as soon as possible. For Critical and Time-

Sensitive issues you can call The Chest: 0330 005 0352.

VI.4) Procedures for review

VI.4.1) Review body

Legal and Constitutional Services

Oldham

UK

E-mail: paul.entwistle@oldham.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Oldham Borough Council will incorporate a standstill period at the point information on the

award of the contract is communicated to tenderers. That notification will provide full

information on the award decision. The standstill period, which will be for a minimum of 10

calendar days provides time for unsuccessful tenderers to challenge the award decision

before the contract is entered into. The Public Contract Regulations 2015 (SI 2015 No.102)

(as amended) provides 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.4.4) Service from which information about the review procedure may be obtained

Legal and Constitutional Services

Oldham

UK

E-mail: paul.entwistle@oldham.gov.uk

VI.5) Date of dispatch of this notice

07/09/2023

Coding

Commodity categories

ID Title Parent category
45233226 Access road construction work Construction, foundation and surface works for highways, roads
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
45233223 Carriageway resurfacing works Construction, foundation and surface works for highways, roads
45000000 Construction work Construction and Real Estate
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45233129 Crossroad construction work Construction, foundation and surface works for highways, roads
45233162 Cycle path construction work Construction, foundation and surface works for highways, roads
45233224 Dual carriageway construction work Construction, foundation and surface works for highways, roads
45233280 Erection of road-barriers Construction, foundation and surface works for highways, roads
45233161 Footpath construction work Construction, foundation and surface works for highways, roads
45233340 Foundation work for footpaths Construction, foundation and surface works for highways, roads
45233310 Foundation work for highways Construction, foundation and surface works for highways, roads
45233300 Foundation work for highways, roads, streets and footpaths Construction, foundation and surface works for highways, roads
45233320 Foundation work for roads Construction, foundation and surface works for highways, roads
45233330 Foundation work for streets Construction, foundation and surface works for highways, roads
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
45233291 Installation of bollards Construction, foundation and surface works for highways, roads
45233294 Installation of road signals Construction, foundation and surface works for highways, roads
45233290 Installation of road signs Construction, foundation and surface works for highways, roads
45233292 Installation of safety equipment Construction, foundation and surface works for highways, roads
45233293 Installation of street furniture Construction, foundation and surface works for highways, roads
45233121 Main road construction works Construction, foundation and surface works for highways, roads
45233160 Paths and other metalled surfaces Construction, foundation and surface works for highways, roads
45233222 Paving and asphalting works Construction, foundation and surface works for highways, roads
45233260 Pedestrian ways construction work Construction, foundation and surface works for highways, roads
45233262 Pedestrian zone construction work Construction, foundation and surface works for highways, roads
45233251 Resurfacing works Construction, foundation and surface works for highways, roads
45233122 Ring road construction work Construction, foundation and surface works for highways, roads
45233120 Road construction works Construction, foundation and surface works for highways, roads
45233125 Road junction construction work Construction, foundation and surface works for highways, roads
45233141 Road-maintenance works Construction, foundation and surface works for highways, roads
45233142 Road-repair works Construction, foundation and surface works for highways, roads
45233221 Road-surface painting work Construction, foundation and surface works for highways, roads
45233140 Roadworks Construction, foundation and surface works for highways, roads
45233128 Roundabout construction work Construction, foundation and surface works for highways, roads
45233123 Secondary road construction work Construction, foundation and surface works for highways, roads
45233225 Single carriageway construction work Construction, foundation and surface works for highways, roads
45100000 Site preparation work Construction work
45233228 Surface coating construction work Construction, foundation and surface works for highways, roads
45233253 Surface work for footpaths Construction, foundation and surface works for highways, roads
45233210 Surface work for highways Construction, foundation and surface works for highways, roads
45233220 Surface work for roads Construction, foundation and surface works for highways, roads
45233252 Surface work for streets Construction, foundation and surface works for highways, roads
45233250 Surfacing work except for roads Construction, foundation and surface works for highways, roads
45233127 T-junction construction work Construction, foundation and surface works for highways, roads
45233150 Traffic-calming works Construction, foundation and surface works for highways, roads
45233124 Trunk road construction work Construction, foundation and surface works for highways, roads
45233200 Various surface works Construction, foundation and surface works for highways, roads
45233229 Verge maintenance work Construction, foundation and surface works for highways, roads

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:
dan.cheetham@oldham.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.