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 Award Notice

TC1111 - Highways Maintenance Framework

  • First published: 03 May 2024
  • Last modified: 03 May 2024

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-03d706
Published by:
Manchester City Council
Authority ID:
AA20173
Publication date:
03 May 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Manchester City Council is seeking suppliers for a new collaborative 4-year Highway

Maintenance Framework.

The works and services covered by the framework have been split into 5 Lots, as follows:

• Lot 1 - Patching defect repairs (small and large defects)

• Lot 2 - Highway mobile repairs, includes emergencies during typical business hours, out of

hours, nights, and public holidays

• Lot 3 - Highway event support- traffic management, business hours and out of hours

• Lot 4 – Gully cleansing

• Lot 5 - Drainage - Repairs including improvement works, and as required, culvert, trash

screen and water course clearance

Full notice text

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

Telephone: +44 1612345000

E-mail: procurement@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

TC1111 - Highways Maintenance Framework

Reference number: DN663283

II.1.2) Main CPV code

45233139

 

II.1.3) Type of contract

Works

II.1.4) Short description

Manchester City Council is seeking suppliers for a new collaborative 4-year Highway

Maintenance Framework.

The works and services covered by the framework have been split into 5 Lots, as follows:

• Lot 1 - Patching defect repairs (small and large defects)

• Lot 2 - Highway mobile repairs, includes emergencies during typical business hours, out of

hours, nights, and public holidays

• Lot 3 - Highway event support- traffic management, business hours and out of hours

• Lot 4 – Gully cleansing

• Lot 5 - Drainage - Repairs including improvement works, and as required, culvert, trash

screen and water course clearance

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 32 360 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Patching defect repairs (small and large defects)

II.2.2) Additional CPV code(s)

45233139

45233141

45233142

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Bituminous Patching defect repairs (small and large defects).

Reactive and Planned Repairs involving making permanent repairs to carriageways, footways and cycleways.

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 22 January 2024 as referred to in IV.2.2.

Lot No: 2

II.2.1) Title

Lot 2 - Highway mobile repairs, includes emergencies during typical business hours, out of hours, nights, and statutory holidays

II.2.2) Additional CPV code(s)

45233139

45233141

45233142

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

The Scope is for the provision of Highways Emergency call out response services and Highways Emergency response works for areas within Manchester City Council’s jurisdiction and covers the following services / works:

Provision of "Out of Hours" service (4pm to 7am the following day Monday to Friday plus 24-hour cover for weekends, Public Holidays including Christmas) emergency response service 7 days a week.

Option to allow the service to be extended to include Monday to Friday 7am to 4pm.

Highway emergency call out including reactive patching works and other highway emergency call outs as and when instructed by the Client.

Drainage and CCTV Call Out works as and when instructed by the Client to provide a first response and or a backup response for de-silting, cleaning, flood alleviation works etc. as and when instructed by the Client.

Provision of traffic management works; traffic, pedestrian, structures etc separation / protection works; and Signage as and when instructed by the Client.

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 22 January 2024 as referred to in IV.2.2.

Lot No: 3

II.2.1) Title

Lot 3 - Highway event support- traffic management, business hours and out of hours

II.2.2) Additional CPV code(s)

45233150

63712700

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

The Scope is for the provision of Traffic and Pedestrian Management for Events, Protests and other instances for areas within Manchester City Council’s jurisdiction and covers the following services / works:

Provision of traffic management works; traffic, pedestrian, structures etc separation / protection works; and Signage as and when instructed by the Client.

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 22 January 2024 as referred to in IV.2.2.

Lot No: 4

II.2.1) Title

Lot 4 - Drainage - cyclical Gully cleansing

II.2.2) Additional CPV code(s)

90640000

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

The tasks involve the cleansing of highway drainage situated in the carriageway, footway, cycleway:

• Gully pot cleanse – carriageway.

• Gully pot cleanse – footway.

• Gully pot cleanse – cycleway.

• ACO/Slot Drain/Beany Block cleanse.

• CCTV Surveys.

• High powered jetting.

• Gully pot hand digs.

• Rodding eye cleanse.

• Desilting.

• Mainline cleanse.

• Unblock ditch.

• Culvert clearance.

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 22 January as referred to in IV.2.2.

Lot No: 5

II.2.1) Title

Lot 5 - Drainage -repairs including improvement works, and as required, culvert, trash screen and water course clearance.

II.2.2) Additional CPV code(s)

45232450

45232451

45232452

II.2.3) Place of performance

NUTS code:

UKD3

II.2.4) Description of the procurement

Drainage Improvements/Repairs

The works involve drainage improvement and repairs to existing highway drainage including but not limited to:

• Hi-Powered Jetting

• Gully pot dig out’s

• Gully pot replacement 45/90 litre

• Main line clean

• Connection excavation and repair

• Gully lid release

• Root cutting

• CCTV survey

• Investigate and repair unknown fault

• Bung replacement

• Replace/install carriageway drain gully to include PVC gully pot, gully grating and frame, brickwork, Biscuit, and piped connection with reinstatement.

• Replace/repair ACO, Slot drains and kerb edge systems.

• Replace/install rodding eye.

• Repair/install brick manholes with lid, frame, and reinstatement.

• Removing root infestation.

• ACO/Slot Drain cleanse.

• CCTV Surveys.

• Gully pot hand digs.

• Rodding eye cleanse.

• Connection excavation and repairs.

• Line, joint, bend and collar replacement.

• Replace gully grate and frame with reinstatement.

• Renewal of road markings when affected by drainage repair.

• Adjustment of ironwork gully lid, manhole, cover rodding etc.

• Hedge cutting.

• Unblock ditch/culvert.

• Repair trash screens.

• De-silting.

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 22 January 2024 as referred to in IV.2.2.

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

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:

2023/S 000-017183

Section V: Award of contract

Lot No: 1

Contract No: TC1111 - Highways Maintenance Framework

Title: Lot 1 - Patching defect repairs (small and large defects)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/04/2024

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

J Hopkins (Contractors) Ltd

1112562

Monde Trading Estate, Westinghouse Road, Trafford Park

Manchester

M17 1LP

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Thermal Road Repairs Limited

09127996

Unit A, Lancaster Fields

Crewe

CW1 6FF

UK

NUTS: UKD62

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bethell Construction Limited

00264322

Dane House, Europa Park, Stoneclough Road, Kearsley

Manchester

M26 1GE

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 14 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: TC1111 - Highways Maintenance Framework

Title: Lot 2 - Highway mobile repairs, includes emergencies during typical business hours, out of hours, nights, and statutory holidays

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/04/2024

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

J Hopkins (Contractors) Ltd

1112562

Monde Trading Estate, Westinghouse Road, Trafford Park

Manchester

M17 1LP

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ventbrook Ltd

04390614

Chain House Lane, Whitestake

Preston

PR4 4LB

UK

NUTS: UKD4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Bethell Construction Limited

00264322

Dane House, Europa Park, Stoneclough Road, Kearsley

Manchester

M26 1GE

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 4 800 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: TC1111 - Highways Maintenance Framework

Title: Lot 3 - Highway event support- traffic management, business hours and out of hours

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/04/2024

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Ventbrook Ltd

04390614

Chain House Lane, Whitestake,

Preston

PR4 4LB

UK

NUTS: UKD4

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Chevron Traffic Management Ltd

03316774

Unit 3, Thame Park Business Centre, Wenman Road

Thame

OX9 3XA

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 3 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: TC1111 - Highways Maintenance Framework

Title: Lot 4 - Drainage - cyclical Gully cleansing

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/04/2024

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

Sapphire Utilities Solutions Ltd

08368213

93 Walton Summit Road, Walton Summit Centre, Bamber Bridge

Preston

PR5 8AQ

UK

NUTS: UKD4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Bethell Construction Limited

00264322

Dane House, Europa Park, Stoneclough Road, Kearsley

Manchester

M26 1GE

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 560 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: TC1111 - Highways Maintenance Framework

Title: Lot 5 - Drainage -repairs including improvement works, and as required, culvert, trash screen and water course clearance.

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/04/2024

V.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: Yes

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.2.3) Name and address of the contractor

Bethell Construction Limited

00264322

Dane House, Europa Park, Stoneclough Road, Kearsley

Manchester

M26 1GE

UK

NUTS: UKD3

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 8 000 000.00  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 22 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 contracts will be for 4 years, expected to commence April 2024.

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 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.

Check in the ITT if this is required or it the Partners are different

Please note that although quantities and descriptions in the framework are those used and required by Manchester City Council this framework is open to and may be used by other Authorities and Manchester Partners - this includes the following Councils - Bolton, Stockport, Tameside, Oldham, Trafford, Rochdale, Bury, Salford, Wigan, Blackburn Darwen BC, Blackpool, Cheshire East, Warrington, Manchester Central Convention Complex, Commission for New Economy, Transport for Greater Manchester (TfGM),Greater Manchester Transport Unit, Greater Manchester Combined Authority and the Integrated Transport Authority, Greater Manchester Police, Greater Manchester Fire Authority, Manchester International Airport, and any other public authority, National Health Service (NHS) organisation or companies / partners owned by or part of any contracting body

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

02/05/2024

Coding

Commodity categories

ID Title Parent category
45232451 Drainage and surface works Ancillary works for pipelines and cables
45232450 Drainage construction works Ancillary works for pipelines and cables
45232452 Drainage works Ancillary works for pipelines and cables
90640000 Gully cleaning and emptying services Cleaning and sanitation services in urban or rural areas, and related services
45233139 Highway maintenance 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
63712700 Traffic control services Support services for road transport
45233150 Traffic-calming works 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:
procurement@manchester.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.