SPS 2583 - Term Contract for Highway Works

Award

Value

£0

Classifications

  • Highway maintenance work
  • Sewer construction work
  • Construction work for highways, roads
  • Road construction works
  • Roadworks
  • Road-maintenance works
  • Road-repair works
  • Traffic-calming works
  • Paving and asphalting works
  • Surface coating construction work
  • Surface work for footpaths
  • Foundation work for highways, roads, streets and footpaths
  • Gully cleaning and emptying services

Tags

  • award
  • contract

Published

3 years ago

Description

The general scope of the contract relates to labour, plant, materials & storage costs required to carry out the following:
•	The resurfacing, repaving and reconstruction of the highway under general reactive maintenance, emergency works and planned programmes of works
•	The maintenance and installation of all types of street furniture and other highway equipment and apparatus
•	The construction of new highway works, environmental improvements and regeneration schemes.
•	The installation and maintenance of road markings and traffic signs
•	General civil engineering works
•	The line marking of new carriageways and new highways works
•	The installation of new sewer connections
•	The maintenance and replacement of highway drainage and other drainage
•	CCTV surveys and condition reports of drainage systems
•	The cleaning and rodding of gully connections and other drainage systems
•	Minor reactive maintenance, planned maintenance and improvements to highway structures and other structures
•	Works may take place any day of the years, at any time of day
•	Other miscellaneous highway works, and works on the boroughs housing estates and parks. as required

Similar Contracts

Open

Highways Framework

Blackpool Council are establishing a lotted - Highways surfacing and civil engineering works Framework. The procurement will be conducted as an open tender and will establish a framework for a 4-year period. Call off contracts may be entered into from the framework in the manner described within the tender documents. The framework will consist of two lots as follows: Lot 1 – Highways Surfacing - Surfacing includes re-surfacing and re-construction of the highway network using conventional surfacing materials consisting of flexible and rigid pavement treatments (hot, warm and cold mix asphalts/concrete) Lot 2 – Highways Civils - Civil Engineering Works includes construction of improvement works on or associated with the highway network The intention is to establish a framework of up to 4 Suppliers for lot 1 and up to 4 Suppliers for lot 2. The indicative range of call off contracts that may be entered into is typically expected to be in the range as set out below: • Lot 1 – Highways Surfacing - £100,000 - £5,000,000 • Lot 2 – Highways Civils - £100,000 - £1,500,000 In addition to Blackpool Council the framework is being made available to Lancashire County Council, Blackburn with Darwen Council, Lancashire Combined County Authority, Current members, associate members and future members of the Association of Greater Manchester Authorities. The published tender documents set out full details of the procurement process. All tender documents are available free of charge through Blackpool Council's e-tendering portal - https://procontract.due-north.com/

Katy Reed

Published 2 hours ago
Open

Ross-on-Wye Lengthsman Scheme

Schedule of Works for Ross-on-Wye 1) Highway Gully Maintenance General a) All gullies shall be inspected prior to the commencement of any maintenance, all litter, stones, branches, and other debris that have the potential to cause personal injury or damage to machinery, equipment and installations shall be removed and disposed of by the Contractor. b) The Contractor shall take clear before and after photographs of each gully inspected and/or cleaned, as part of the due diligence requirements for Herefordshire County Council. Standard a) Should the Contractor cause damage to the surface or gullies during maintenance operations whether or not the Authorised Officer has agreed to such operations take place, the Contractor shall reinstate such damage to the satisfaction of and within the time period stipulated by the Authorised Officer. In failing to do so, the Authorised Officer may instruct other persons to carry out such work with the cost of so doing being deducted from monies due to or becoming due to the Contractor or recovered as a debt. b) To ensure the programme of gully cleaning is efficient it is good practice to use the recorded silt levels when determining the frequency of cleaning. For example, if a gully is more prone to becoming full of silt and therefore working less effectively then it will be programmed for more frequent cleaning. This may mean that some gullies are cleaned more than once a year and others will be cleaned less than once a year. c) The gully cleaning programme is designed to clean all known gullies at least once during the year. d) Missed gullies should be revisited at the earliest opportunity to ensure that maintenance is carried out. Any broken or damaged gully lids must be reported to the Authorising Officer, jammed gullies should be freed from all obstructions and every effort must be made to carry out programmed maintenance. e) Where it is apparent that problems exist that cannot be dealt with through gully cleaning operations or routine maintenance activities or where there are capacity issues in the underlying drainage network, such issues must be brought to the attention of the Authorising Officer. f) The Contractor is to provide an Annual Maintenance Plan, which is to be approved by the Authorising Officer prior to any work commencing. Specification of works a) Each gully on B,C & U classification of roads within Ross-on-Wye will be visited at least once per contract year (Appendix C) b) Out let pipes must be checked to ensure that they are not blocked or silted up. If they are found to be silted up, then this must be removed as far as it is practical to do so and jetted to ensure water flow. c) A record of completed gullies must be submitted to the Authorised Officer containing a list of road names and number of gullies completed, plus any gullies missed along with any that are requiring remedial action, accompanied by clear before and after photographs. 2) The Environment a) The Contractor shall ensure that every effort is made to prevent pollution of the environment and harm to human health. Where possible and practical, only biodegradable, non-toxic, non-hazardous materials and substances shall be used in carrying out the Service. b) The Contractor shall take all necessary preventative measures to ensure that no aqueous waste or contaminated water arising from the provision of the Service enters the public waterways, or watercourses. c) The Contractor shall take all reasonable precautions to minimise noise from any vehicles, plant and machinery used in the delivery of the Service. d) The Contractor shall make arrangements to ensure that litter and organic waste e.g. leaves are segregated to enable recycling and composting. 3) Waste disposal (including organic waste) a) The Contractor shall be registered to the satisfaction of the Council, prior to Commencement of the Contract, as a waste carrier and shall meet all costs in connection with this registration. b) Unless otherwise agreed by the Authorised Officer, the disposal of waste generated in the execution of this Contract must be disposed of in an approved processing facility. c) All organic/green waste (including leaves) collected in the delivery of this Contract must be diverted from landfill. Litter and other contaminants shall be removed from such waste as far as is practicably possible. The Contractor shall make his own arrangements for the disposal of organic/green waste. The cost of the disposal of all green waste, leaves and contaminates collected within the green waste shall be borne by the Contractor. d) The Contractor shall include all waste disposal costs within their Fixed Price submission. e) The Contractor will submit copies of Waste Transfer Notes and Weighbridge Tickets with their monthly invoice to ensure compliance. Appendix C - Site Plans 1) Highway Gully Maintenance Road Number Road Name Frequency B4234 Walford Road Once B4234 Copse Cross Street Once B4234 Broad Street Twice B4234 Brookend Street Twice B4234 Overross Street Once B4234 Ledbury Road Once B4260 Wilton Road Once B4260 High Street Once B4260 Gloucester Road Once C1273 Smallbrook Road Once C1273 Millpond Street Once C1273 Brampton Street Once C1274 Archenfield Road Once C1276 Roman Way Once C1279 Alton Road Once U70262 The Glebe Once U70262 Parsons Croft Once U70265 The Mead Once U70422 Overross Farm Once U70423 Overross Close Once U70436 Oak Tree Rise Once U70438 Frome Valley Way Once U70439 Three Choirs Close Once U70440 Sugarloaf Cresent Once U70600 Wye Street Once U70601 Edde Cross Street Once U70601 Trenchard Street Once U70602 New Street Once U70603 Kyrle Street Once U70604 Homs Road Twice U70605 Cawor Arch Road Once U70606 Nursery Road Once U70607 Hill Street Once U70608 Henry Street Once U70609 Station Street Once U70610 Cantilupe Road Once U70611 Woodview Lane Once U70612 Ryefield Road Once U70613 Weston Grove Once U70614 North Road Once U70615 Station Approach Once U70616 Checkley Close Once U70618 Brookfield Road Once U70619 Mount Pleasant Once U70620 Oak Road Once U70621 Brampton Ave Once U70622 Brampton Close Once U70623 Cawdor Once U70624 Three Crosses Road Once U70625 Three Crosses Close Once U70626 Hill View Road Once U70627 Springfield Road Once U70628 Mayhill Road Once U70629 Wallhouse Road Once U70642 Verschoyle Gardens Once U70643 Oaklands Court Once U70644 Vaga Crescent Once U70645 Quarry Close Once U70648 Brookmead Once U70649 Market Place Once U70650 Primrose Close Once U70651 Orchid Close Once U70652 Bluebell Close Once U70653 Honeysuckle Close Once U70654 Foxglove Close Once U70655 Court Road Once U70656 Arundel Close Once U70657 Berkeley Close Once U70659 Beechwood Once U70660 Great Western Court Once U70662 Grammer School Close Once U70663 Smallbrook Gardens Once U70665 Blenheim Close Once U70664 Rudhall Meadow Once U70666 Chatsworth Close Once U70667 Sandringham Close Once U70668 Riverview Once U70669 Old Tannery Way Once U70670 Beamhouse Drive Once U70671 Saddlers Rise Once U70672 Cordwainers Lane Once U70701 Camp Road Once U70702 Waterside Once U70703 Park Walk Once U70704 Alton Close Once U70705 Chase Side Once U70706 Chase Road Once U70707 Old Gloucester Road Once U70708 Church Street Once U70708 Old Maids Once U70709 Church Close Once U70710 Royal Parade Once U70710 St Marys Street Once U70712 Redhill Road Once U70713 Middleton Ave Once U70714 The Shrubbery Once U70715 Palmerston Road Once U70716 Ashfield Cresent Once U70718 Kent Ave Once U70717 The Avenue Once U70719 Sussex Ave Once U70720 Merrivale Lane Once U70721 Princess Way Once U70722 The Gresleys Once U70724 Blake Ave Once U70725 Woodland View Once U70726 Lakeside Drive Once U70727 Merrivale Cresent Once U70728 Merrivale Ave Once U70729 Eastfirld Ave Once U70730 Fernbank Road Once U70731 Woodmeadow Road Once U70732 Chapel Road Once U70733 Tudor Street Once U70734 Tudor Rise Once U70735 Tudor Rise Once U70736 Tudor Rise Once U70737 Walford Ave Once U70738 Purland Once U70740 Duxmere Drive Once U70741 Goodrich Close Once U70742 Falaise Close Once U70743 Tinitern Close Once U70744 Conde Close Once U70745 Vectis Close Once U70746 Glevum Close Once U70747 Isca Close Once U70748 Juniper Close Once U70749 Corinium Road Once U70750 Danum Road Once U70751 Watking Street Once U70752 Bakers Oak Once U70753 Laburnum Close Once U70754 Rowan Close Once U70755 Sycamore Close Once U70756 Beech Close Once U70757 Lincoln Close Once U70758 Silver Birches Once U70759 Redwood Close Once U70760 ACCESS ROAD ALTON ROAD INDUSTRIAL ESTATE Once U70761 Firsmead Once This list is to be used as a guide only

Katy Reed

Published 4 hours ago
Open

P1228 - Highways and Infrastructure Works Framework Agreement

Birmingham City Council is seeking to appoint organisations for the provision of Highways and Infrastructure Works via the Highways and Infrastructure Works Framework Agreement. These works will range from minor highway improvements, for examples new white lining, through various pedestrian and cycling improvements, to large scale infrastructure projects. The framework agreement will cover all works required to deliver highway and infrastructure projects for the Council. • Lot 1: works with an estimated value of up to £200,000. • Lot 2: works with an estimated value of between £200,001 and £1,000,000. • Lot 3: works with an estimated value of between £1,000,001 and £10,000,000. • Lot 4: works with an estimated value greater than £10,000,000. • Lot 5: contestable and non-contestable utility work related to capital infrastructure projects with no upper limit. The maximum number of tenderers awarded to each lot is as follows: • Lot 1: up to 10 • Lot 2: up to 6 • Lot 3: up to 3 • Lot 4: up to 2 • Lot 5: up to 3 Other local Public Bodies based within the East Midlands and West Midlands are entitled to use the Framework Agreement, subject to approval by the Council. This is affected by the completion of an access agreement between the Council and these other local Public Bodies. The open framework scheme will remain in place for a maximum period of up to eight years, commencing on the date that the Contract is awarded pursuant to this procurement process. Further details in respect of how the open framework scheme will operate are set out within the Framework Opening Protocol, contained in the tender documents. NEC4 terms and conditions will be used for this framework. Suppliers will need to ensure they are on the Central Digital Platform. Of the £980m framework spend (excl VAT), £640m of this is for Birmingham City Council

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete