Construction Contract Leads
North West
Category Services
Type
No. of Lots 3
Status Active
Published 25th Oct 2024
Reference | ocds-h6vhtk-04b199 |
Common Procurement Vocabulary | Sewage, refuse, cleaning and environmental services |
Procurement Method | Open procedure |
Value | - |
North West
Category Services
Type
No. of Lots 3
Status Active
Published 25th Oct 2024
Reference | ocds-h6vhtk-04b199 |
Common Procurement Vocabulary | Sewage, refuse, cleaning and environmental services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Westmorland and Furness Council
South Lakeland House, Lowther Street
Kendal
LA9 4DQ
Contact
Ms Gwyneth Timson
procurement2 [at] westmorlandandfurness.gov.uk
Telephone
+44 1768212268
Country
United Kingdom
NUTS code
UKD12 - East Cumbria
Internet address(es)
Main address
https://www.westmorlandandfurness.gov.uk/
Buyer's address
https://www.westmorlandandfurness.gov.uk/
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
Drainage Investigation, Cleaning and CCTV 2025 – 2027
Reference number
DN749444
II.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
II.1.3) Type of contract
Services
II.1.4) Short description
Managing the drainage asset is a priority in the Council’s Highways Strategy. To facilitate the identification of issues and asset data collection, there is a need to carry out detailed investigation and recording of asset condition. Once the condition is assessed the asset can be graded to enable maintenance schedules to be targeted and prioritisation of additional works. The work required includes cleaning and proving drainage systems, CCTV and mapping the assets.
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Lot 1 - Drain cleansing
Lot No
1
II.2.2) Additional CPV code(s)
- 90733500 - Surface water pollution drainage services
II.2.3) Place of performance
NUTS codes
- UKD12 - East Cumbria
II.2.4) Description of the procurement
Lot 1 – Drain Cleaning
The key services for Planned Works required under this contract include:
Provision of Traffic Management including basic TM, mobile works, Stop and Go and Multi Way Lights.
Drain cleansing & high-pressure jetting of highway surface water drainage systems.
Asset data collection and mapping Westmorland and Furness Council.
Maintenance and development of the Client’s software system during the period of the Contract.
Unplanned Works
The key services for Unplanned Works required under this contract include:
24 hour / 7 days a week emergency contact number.
Ability to provide a resource to attend to emergency drainage issues within 2 hours of receiving the call.
Ability to provide additional resources during extreme weather events.
II.2.5) Award criteria
Cost criterion - Name: quality / Weighting: 40
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.2.10) 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) Description
II.2.1) Title
Lot 2 - Drainage investigation and CCTV works
Lot No
2
II.2.2) Additional CPV code(s)
- 90733500 - Surface water pollution drainage services
II.2.3) Place of performance
NUTS codes
- UKD12 - East Cumbria
II.2.4) Description of the procurement
Lot 2 – Drainage Investigation and CCTV Works
The key services for Planned Works required under this contract include:
Provision of Traffic Management including basic TM, mobile works, Stop and Go and Multi Way Lights.
Drain cleansing & high-pressure jetting of highway surface water drainage systems.
Root cutting capability.
Proving of drainage systems.
CCTV surveys and reporting.
Asset data collection and mapping.
Unplanned Works
The key services for Unplanned Works required under this contract include:
24 hour / 7 days a week emergency contact number.
Ability to provide a resource to attend to emergency drainage issues within 2 hours of receiving the call.
Ability to provide additional resources during extreme weather events.
This will provide the Council with a flexible service to:
• Assist with reactive cleansing activities at specified locations
• Undertake investigations to prove highway drainage systems and identify faults in advance of proposed highway schemes
• Undertake CCTV drainage surveys and produce reports to assist with planning future works
• Undertake asset mapping and data collection across the network
• React to drainage related issues during severe weather events at short notice
II.2.5) Award criteria
Cost criterion - Name: quality / Weighting: 40
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.2.10) 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) Description
II.2.1) Title
Lot 3 – Minor Drainage Repairs
Lot No
3
II.2.2) Additional CPV code(s)
- 90733500 - Surface water pollution drainage services
II.2.3) Place of performance
NUTS codes
- UKD12 - East Cumbria
II.2.4) Description of the procurement
7
Lot 3 – Minor Drainage Repairs
A variety of minor works including but not limited to trial holes and drainage repairs, and general maintenance works. The Contractor shall be responsible for the provision and maintenance of all Traffic Control systems required to undertake the works. It shall include the delivery of works in urban areas and on principal roads, through to works on minor rural unclassified roads with restricted access. Site conditions will differ from task to task. There will be a variance in traffic flows, carriageway width, geometric alignment and speed restrictions depending on the location of the required works. Consideration will need to be given to the selection of the most appropriate plant, equipment, and traffic control on a site-by-site basis. d to be given to the selection of the most appropriate plant, equipment, and traffic control on a site-by-site basis. In providing the Service, the Contractor shall deliver the works in accordance with the drawings supplied and shall comply with the constraints detailed within the Specification as set out in Annex 2. In delivering the works, the Contractor shall take measures to prevent danger and nuisance to all residents and occupants adjacent to the Affected Property and all users of the Affected Property. It is envisaged that the majority of Task Orders, will be tasks suitable for 2 or 3 person teams. The number of site operatives required for each task will be agreed with the Task Service Manager prior to any works commencing.
The key services required under this Lot of the contract include:
Provision of Traffic Management including basic TM, Mobile Works, Stop and Go and Multi Way Lights.
Excavation, repair and reinstatement of identified drainage defects.
Provision of labour.
Provision of plant.
Provision of materials.
Disposal of arisings from operations.
The provision of these key services are to provide the Council with a flexible service to:
Assist with general planned maintenance and repairs to the highway drainage network.
React to urgent and unforeseen circumstances affecting the highway drainage network.
II.2.5) Award criteria
Cost criterion - Name: quality / Weighting: 40
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.2.10) 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 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
25 November 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
25 November 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
Suppliers wishing to express an interest and obtain access to the tender documents should go to www.the-chest.org.uk and click on current opportunities from the navigation area on the left of the screen. On the next screen enter the contract Reference (DN749444) in the box labelled 'contains' then click search. Click on the blue link for the contract title to view the opportunity. To express an interest you will need to login. if you are not already registered on the www.the-chest.org.uk you will need to return to the home page and click on Register. Register FREE link in the navigation area on the left of the screen. Registration is free of charge and your username and password will be emailed to you.
Westmorland and Furness Council is fully supportive of all aspects of diversity including ethnicity, race, religion, age, disability and sexual orientation. In this respect Westmorland and Furness Council welcomes expressions of interest from ethnic minority, disabled and other diverse business communities and the voluntary sector. Economic operators are therefore required to fully comply with all statutory obligations/applicable legislation and there will be a requirement to participate in the Authority's supplier audits on all aspects of diversity.
The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering
competition; and in no circumstances will the Contracting Authority be liable for any costs
incurred by the candidates. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom