Construction Contract Leads
North West
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Dec 2023
Reference | ocds-h6vhtk-0429ac |
Common Procurement Vocabulary | Ice-clearing services |
Procurement Method | Open procedure |
Value | £8,800,000 |
North West
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Dec 2023
Reference | ocds-h6vhtk-0429ac |
Common Procurement Vocabulary | Ice-clearing services |
Procurement Method | Open procedure |
Value | £8,800,000 |
Section I: Contracting authority
I.1) Name and addresses
Manchester City Council
Floor 5 (Mount Street Elevation), Town Hall Extension, Albert Square
Manchester
M60 2LA
Contact
Mr Philip Robinson
Philip.Robinson1 [at] manchester.gov.uk
Telephone
+44 1612345000
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
TC103 - Highways Winter Maintenance – Gritting Contract
Reference number
DN704819
II.1.2) Main CPV code
- 90630000 - Ice-clearing services
II.1.3) Type of contract
Services
II.1.4) Short description
The contract is for the provision of a standby and response service and equipment to spread a measured amount of rock salt or other de-icing materials on roads and footways, or remove snow during winter periods only, to prevent or remove hazard caused by frost, ice, or snow formation, all to the written instruction of the City Council.
The Rock Salt or similar material to be spread will be provided by the City Council. This contract comprises in general terms but is not necessarily limited to the provision of all necessary labour, vehicles, plant, expertise, management and other resources and consumables (except Rock Salt or other material to be laid) to facilitate the complete service, both on ‘stand by’ and by deployment as necessary.
The Contract is intended to enable the provision of winter services, to include the spreading of rock salt and liquid de-icer, along with the clearing of snow from public highways which the Council is the Highway Authority will also request other Third-Party sites which are included within the tender. The Service will involve pre-treatment gritting and de-icing to prevent ice from forming on highway surfaces; post-treatment following the formation of ice and the clearance of snow plus other associated services, either on a predetermined basis along standard routes or on a reactive basis. The Contract does not include civil emergency works caused by heavy snowfalls, provision for which will be made separately.
II.1.5) Estimated total value
Value excluding VAT: £8,800,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 34143000 - Winter-maintenance vehicles
- 44113910 - Winter-maintenance materials
- 90620000 - Snow-clearing services
II.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
II.2.4) Description of the procurement
Further details are set out in the procurement documents
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 20%
Quality criterion - Name: Environment / Weighting: 10%
Price - Weighting: 40%
II.2.6) Estimated value
Value excluding VAT: £8,800,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 24 months.
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
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 05/02/2023 as referred to in IV.2.2.
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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
5 February 2024
Local time
11:00am
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
5 February 2024
Local time
11:00am
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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 05/02/2023 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 contracts will be for 6 years, expected to commence 15/04/2023 with option to extend for up to an additional 2 year(s).
The successful supplier 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 contract, 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 contract.
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
Country
United Kingdom
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 contract/framework is communicated to tenderers prior to entering into the contract. If an appeal regarding the award of a contract/ 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).