Asset Protection Services Framework
AGMA Framework Agreement for Asset Protection (Coring) Services.
United Kingdom-Wigan: Core preparation and analysis services
2016/S 055-091152
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Directorate of Places: Economy, Waste and Infrastructure, Wigan Life Centre South, PO Box 100
Wigan
WN1 3DS
UNITED KINGDOM
Contact person: Mr John Williams — Technical Manager (Street Lighting and Developments)
Telephone: +44 1942489260
E-mail: john.williams@wigan.gov.uk
NUTS code: UKD3Internet address(es):Main address: http://www.wigan.gov.ukAddress of the buyer profile: http://www.wigan.gov.uk
I.1)Name and addresses
Victoria Square
Bolton
BL1 1RU
UNITED KINGDOM
Contact person: Mr. Gary Lomax
Telephone: +44 1204336627
E-mail: gary.lomax@bolton.gov.uk
NUTS code: UKD3Internet address(es):Main address: http://www.bolton.gov.uk/home/Pages/default.aspxAddress of the buyer profile: http://www.bolton.gov.uk/home/Pages/default.aspx
I.1)Name and addresses
Town Hall, Knowsley Street
Bury
BL9 0SW
UNITED KINGDOM
Contact person: Mr. Paul Kenyon
Telephone: +44 1612535813
E-mail: P.Kenyon@bury.gov.uk
NUTS code: UKD3Internet address(es):Main address: http://www.bury.gov.uk/Address of the buyer profile: http://www.bury.gov.uk/
I.1)Name and addresses
Town Hall, Albert Square
Manchester
M60 2LA
UNITED KINGDOM
Contact person: Mr. Matt Turner
Telephone: +44 1612345815
E-mail: m.turner2@manchester.gov.uk
NUTS code: UKD3Internet address(es):Main address: http://www.manchester.gov.uk/site/index.phpAddress of the buyer profile: http://www.manchester.gov.uk/site/index.php
I.1)Name and addresses
Civic Centre, West Street
Oldham
OL1 1UT
UNITED KINGDOM
Contact person: Mr. Andy Reilly
Telephone: +44 1617701688
E-mail: Andy.Reilly@unitypartnership.com
NUTS code: UKD3Internet address(es):Main address: http://www.oldham.gov.uk/Address of the buyer profile: http://www.oldham.gov.uk/
I.1)Name and addresses
Town Hall, The Esplanade
Rochdale
OL16 1AB
UNITED KINGDOM
Contact person: Mr. Bob Chadwick
Telephone: +44 1706924678
E-mail: Bob.Chadwick@Rochdale.Gov.UK
NUTS code: UKD3Internet address(es):Main address: http://www.rochdale.gov.uk/Address of the buyer profile: http://www.rochdale.gov.uk/
I.1)Name and addresses
Civic Centre, Chorley Road, Swinton
Salford
M27 5AW
UNITED KINGDOM
Contact person: Ms. Sinead Hayes
Telephone: +44 1617796151
E-mail: Sinead.Hayes@urbanvision.org.uk
NUTS code: UKD3Internet address(es):Main address: http://www.salford.gov.uk/Address of the buyer profile: http://www.salford.gov.uk/
I.1)Name and addresses
Town Hall, Edward Street
Stockport
SK1 3XE
UNITED KINGDOM
Contact person: Mr. Philip Clements
Telephone: +44 1614742430
E-mail: philip.clements@stockport.gov.uk
NUTS code: UKD3Internet address(es):Main address: http://www.stockport.gov.uk/Address of the buyer profile: http://www.stockport.gov.uk/
I.1)Name and addresses
Dukinfield Town Hall, King Street, Tameside
Dukinfield
SK16 4LA
UNITED KINGDOM
Contact person: Mr. John Peel
Telephone: +44 1613423946
E-mail: john.peel@tameside.gov.uk
NUTS code: UKD3Internet address(es):Main address: http://www.tameside.gov.uk/Address of the buyer profile: http://www.tameside.gov.uk/
I.1)Name and addresses
Trafford Town Hall, Talbot Road
Stretford
M32 0TH
UNITED KINGDOM
Contact person: Mr. Ian Elliott
Telephone: +44 1619125590
E-mail: ian.elliott@amey.co.uk
NUTS code: UKD3Internet address(es):Main address: http://www.trafford.gov.uk/residents/residents.aspxAddress of the buyer profile: http://www.trafford.gov.uk/residents/residents.aspx
I.1)Name and addresses
King William Street
Blackburn
BB1 7DY
UNITED KINGDOM
Contact person: Mr. Simon Littler
Telephone: +44 1254585042
E-mail: simon.littler@blackburn.gov.uk
NUTS code: UKD41Internet address(es):Main address: http://www.blackburn.gov.uk/Pages/Home.aspxAddress of the buyer profile: http://www.blackburn.gov.uk/Pages/Home.aspx
I.1)Name and addresses
Municipal Buildings, Corporation Street
Blackpool
FY1 1NF
UNITED KINGDOM
Contact person: Mr. Ian Large
Telephone: +44 1253478197
E-mail: ian.large@blackpool.gov.uk
NUTS code: UKD42Internet address(es):Main address: https://www.blackpool.gov.uk/Home.aspxAddress of the buyer profile: https://www.blackpool.gov.uk/Home.aspx
I.1)Name and addresses
PO Box 622
Crewe
CW1 9JH
UNITED KINGDOM
Contact person: Mr. Dave Reeves
Telephone: +44 1270686341
E-mail: dave.reeves@cheshireeasthighways.org
NUTS code: UKD22Internet address(es):Main address: http://www.cheshireeast.gov.uk/home.aspxAddress of the buyer profile: http://www.cheshireeast.gov.uk/home.aspx
I.1)Name and addresses
New Town House, Buttermarket Street
Warrington
WA1 2NH
UNITED KINGDOM
Contact person: Mr. David Vasey
Telephone: +44 1925442573
E-mail: dvasey@warrington.gov.uk
NUTS code: UKD21Internet address(es):Main address: https://www.warrington.gov.uk/Address of the buyer profile: https://www.warrington.gov.uk/
I.1)Name and addresses
2 Piccadilly Place
Manchester
M1 3BG
UNITED KINGDOM
Contact person: Mr. Dave Stewart
Telephone: +44 1612441187
E-mail: david.stewart@tfgm.com
NUTS code: UKD3Internet address(es):Main address: http://www.tfgm.com/Pages/default.aspxAddress of the buyer profile: http://www.tfgm.com/Pages/default.aspx
I.1)Name and addresses
PO Box 78, County Hall, Fishergate
Preston
PR1 8XJ
UNITED KINGDOM
Contact person: Mr. Michael White
Telephone: +44 1772535979
E-mail: michael.white@lancashire.gov.uk
NUTS code: UKD43Internet address(es):Main address: http://www.lancashire.gov.uk/Address of the buyer profile: http://www.lancashire.gov.uk/
I.1)Name and addresses
Wesley House, Corporation Street, Merseyside
St. Helens
WA10 1HF
UNITED KINGDOM
Contact person: Mr. Daniel Gordon
Telephone: +44 1744673305
E-mail: DanielGordon@sthelens.gov.uk
NUTS code: UKD51Internet address(es):Main address: http://www.sthelens.gov.uk/Address of the buyer profile: http://www.sthelens.gov.uk/
I.2)Joint procurement
I.3)Communication
Internet Accessible
UNITED KINGDOM
Contact person: All communications including questions, requests for clarification and additional information relating to this procurement procedure must be made via The Chest’s messaging facility available when logged into the portal
E-mail: john.williams@wigan.gov.uk
NUTS code: UKD3Internet address(es):Main address: https://www.the-chest.org.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
AGMA Framework Agreement for Asset Protection (Coring) Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The purpose of this tender is to put in place a framework agreement to procure asset management (coring) services which may be accessed to undertake coring works in highway reinstatements on the highway networks of organisational bodies participatory to the framework.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Wigan, Greater Manchester, United Kingdom.
II.2.4)Description of the procurement:
The purpose of this tender is to put in place a framework agreement to procure asset management (coring) services which may be accessed to undertake coring works in highway reinstatements on the highway networks of organisational bodies participatory to the framework. This will allow compliance with national reinstatement specifications, as given in the Specification for the Reinstatement of Openings in Highways (SROH) 1st, 2nd, 3rd and future editions or updates, dependent on the completion date of the reinstatement, to be determined. Providers must provide evidenced interpretive reports documenting certain physical properties of each of the cores taken. All core extraction, sampling and testing shall be carried out by a UKAS accredited laboratory approved to undertake such tests in accordance with the procedures of the relevant British or European standards. Providers must be accredited for the appropriate work categories under the United Kingdom Accreditation Services (UKAS) including for the extraction of core samples from the highway. It is intended to appoint a minimum of 3 providers to the framework agreement subject to there being sufficient tenderers satisfying the criteria laid down within the tender process.
Contracts called-off from the framework agreement will be awarded on a cascade basis, with the tenderer submitting the Most Economically Advantageous Tender being appointed as the first provider to the relevant lot, which will be contacted in the first instance in respect of any service requirements. Should the first provider not have the capacity and/or capability and/or not be willing to provide the services then the second provider and third provider would be contacted in turn. Alternatively, contracting bodies accessing the framework agreement may re-open competition to all providers capable of meeting the requirement within the framework agreement via a ‘mini competition’ process within the applicable lot(s).
The services provided under the framework agreement will be made available to members and associate members of the Association of Greater Manchester Authorities (AGMA) and other participating authorities and organisational bodies as named within this Contract Notice. The Invitation to Tender documentation contains further details on those organisations intending to use this framework agreement at its outset. The estimated number of cores from all classifications of carriageways and footways to be called-off the framework agreement for indicative purposes only is shown within the Invitation to Tender documentation. None of the named organisations will however be obliged to procure through the framework agreement. Economic operators should note that inclusion on the framework agreement is not a guarantee that any call-off contracts will be awarded.
The framework agreement will initially run for a period of 2 years and will allow for 2 further periods of extension of 12 months each. The maximum duration of the framework agreement will be 4 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the framework agreement stated is 48 months, based on an initial period of 2 years and allowing for 2 further periods of extension of 12 months each. There will however be no obligation to extend the framework agreement beyond its initial period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The estimated financial value of the framework agreement stated within this Contract Notice is based on the framework agreement running for its maximum permitted length of 4 years.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
All core extraction, sampling and testing shall be carried out by a UKAS accredited laboratory approved to undertake such tests in accordance with the procedures of the relevant British or European standards. Providers must be accredited for the appropriate work categories under the United Kingdom Accreditation Services (UKAS) including for the extraction of core samples from the highway. For all further requirements relating to suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers, applicants are directed to the Invitation to Tender documentation and in particular the detailed specification of the framework agreement within ‘Section 7: Service Requirements’ and ‘Section 3: Evaluation Process’, ‘Section 5: Questionnaire Completion’, ‘Section 6: Selection Questionnaire’, Section 9: Award Questionnaire’, ‘Section 10: Tender Checklist and Supporting Documents’, ‘Section 11: Statement Relating to Good Standing’, ‘Section 16: Terms and Conditions of Framework Agreement’ and ‘Appendix B: Call-off Contract Template’.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
All core extraction, sampling and testing shall be carried out by a UKAS accredited laboratory approved to undertake such tests in accordance with the procedures of the relevant British or European standards. Providers must be accredited for the appropriate work categories under the United Kingdom Accreditation Services (UKAS) including for the extraction of core samples from the highway. For all further requirements relating to suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers, applicants are directed to the Invitation to Tender documentation and in particular the detailed specification of the framework agreement within ‘Section 7: Service Requirements’ and ‘Section 3: Evaluation Process’, ‘Section 5: Questionnaire Completion’, ‘Section 6: Selection Questionnaire’, Section 9: Award Questionnaire’, ‘Section 10: Tender Checklist and Supporting Documents’, ‘Section 11: Statement Relating to Good Standing’, ‘Section 16: Terms and Conditions of Framework Agreement’ and ‘Appendix B: Call-off Contract Template’.
III.2.2)Contract performance conditions:
As detailed in the Invitation to Tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Wigan Town Hall, Library Street, Wigan, WN1 1YN, United Kingdom.
Tenders submitted by way of application to the framework agreement will be opened by an elected member on Wigan Council’s Cabinet and a representative from Wigan Council’s Democratic Services Team. Other officers may also be present. The date and time stated for the opening of tenders is indicative and may be subject to change.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Town Hall, Library Street
Wigan
WN1 1YN
UNITED KINGDOM
Telephone: +44 1942827026
E-mail: j.mitchell@wigan.gov.ukInternet address:http://www.wigan.gov.uk
VI.4.3)Review procedure
In accordance with Part 3 — Remedies, Chapter 5 — Facilitation of Remedies, Regulations 86/87 (information about contract award procedures and the application of standstill period prior to contract award) and Part 3 — Remedies, Chapter 6 — Applications to the Court, Regulation 91 (enforcement of obligations) etc. of the EU Public Contracts Regulations 2015.
VI.5)Date of dispatch of this notice: