Construction Contract Leads
East of England
Category Services
Type
No. of Lots 1
Status Active
Published 18th Feb 2025
Reference | ocds-h6vhtk-04348b |
Common Procurement Vocabulary | Sewage services |
Procurement Method | Open procedure |
Value | - |
East of England
Category Services
Type
No. of Lots 1
Status Active
Published 18th Feb 2025
Reference | ocds-h6vhtk-04348b |
Common Procurement Vocabulary | Sewage services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Babergh District Council
Endeavour House, 8 Russell Road
Ipswich
IP1 2BX
Procurement [at] baberghmidsuffolk.gov.uk
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
I.1) Name and addresses
Mid Suffolk District Council
Endeavour House, 8 Russell Road,
Ipswich
procurement [at] baberghmidsuffolk.gov.uk
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
https://www.midsuffolk.gov.uk/
I.2) Information about joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.suffolksourcing.uk/
Additional information can be obtained from another address:
Faithorn Farrell Timms
Orpington
BR6 0JA UK
procurement [at] effefftee.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
http://www.suffolksourcing.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Wastewater Management Services Contract for Babergh District Council and Mid Suffolk District Council
Reference number
PR-10190
II.1.2) Main CPV code
- 90400000 - Sewage services
II.1.3) Type of contract
Services
II.1.4) Short description
Babergh District Council and Mid Suffolk District Council are looking to jointly procure a Contractor for the delivery of their Wastewater Management Services Contract.The estimated annual contract value is circa GBP30000.00 to GBP180000.00.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 90400000 - Sewage services
II.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
II.2.4) Description of the procurement
Babergh District Council and Mid Suffolk District Council (BMSDC) are looking to jointly procure a Consultant for the delivery of theirWastewater Management Services Contract.The estimated annual contract value is circa GBP30000.00 to GBP180000.00. These figures do not take into account annual indexationconsiderations or VAT.The services required by the contract include, but are not restricted to- Monitoring Operation, Maintenance and Repair of Wastewater Treatment Plants and Pumping Stations- Electrical Testing of Wastewater Treatment Plants and Pumping Stations- Associated Repairs and Remedial Works- Installation Works in relation to Wastewater Treatment Plants and Pumping Stations- Wastewater maintenance at car park locations.It is intended that the contract will run for a period of five years with the option for renewal, as decided by BMSDC, for an extension of upto a further five years, subject to satisfactory reviews. The maximum duration of the contract is therefore ten years. The contract value inthis notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
II.2.5) Award criteria
Quality criterion - Name: Technical Responses and Social Value / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
It is intended that the contract will run for a period of five years with the option for renewal, as decided by BMSDC, for an extension of upto a further five years, subject to satisfactory reviews. The maximum duration of the contract is therefore ten years. The contract value inthis notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term
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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to Procurement documents.
III.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to Procurement documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to Procurement documents.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Please refer to Procurement documents.
III.2.2) Contract performance conditions
Please refer to Procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-002595
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2025
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
24 March 2025
Local time
12:00pm
Place
online
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
The indicative value of the Contract is based upon the maximum term. It is therefore subject to review and not guaranteed.BMSDC reserve the right to conclude this procurement at any time throughout the duration of the procurement process.Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview [at] cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit