Epping Forest District Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Minor Works and Maintenance of Watercourses and Related Assets |
Notice type: | Contract Award Notice |
Authority: | Epping Forest District Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Epping Forest District Council are seeking a Contractor to maintain watercourses and related assets, including four flood storage areas in the Epping Forest District. The Contract will be for a period of four (4) years. The successful Contractor will also be required to provide out-of-hours flooding emergency response and sandbag supply service. The contract contains both routine and non-routine works. Routine works comprises of, but not limited to, general clearance of debris and silt; removal of vegetation; watercourse re-grading; jetting/rodding of piped watercourses; and annual maintenance of mechanical components. Non-routine works comprises of, but not limited to, headwall construction and other small retaining wall and embankment strengthening works; supply and installation of precast concrete culverts, manholes, silt traps, inlets and grilles; general lopping or removal of trees; repair of wooden and metal railings; grass cutting and surveying. |
Published: | 26/10/2021 16:45 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Epping Forest District Council
Civic Offices, 323 High Street, Epping, CM16 4BZ, United Kingdom
Tel. +44 1376551414, Email: dan.montague@braintree.gov.uk
Contact: Daniel Montague
Main Address: www.eppingforestdc.gov.uk
NUTS Code: UKH3
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Minor Works and Maintenance of Watercourses and Related Assets
Reference number: Not Provided
II.1.2) Main CPV code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Epping Forest District Council are seeking a Contractor to maintain watercourses and related assets, including four flood storage areas in the Epping Forest District. The Contract will be for a period of four (4) years. The successful Contractor will also be required to provide out-of-hours flooding emergency response and sandbag supply service. The contract contains both routine and non-routine works. Routine works comprises of, but not limited to, general clearance of debris and silt; removal of vegetation; watercourse re-grading; jetting/rodding of piped watercourses; and annual maintenance of mechanical components. Non-routine works comprises of, but not limited to, headwall construction and other small retaining wall and embankment strengthening works; supply and installation of precast concrete culverts, manholes, silt traps, inlets and grilles; general lopping or removal of trees; repair of wooden and metal railings; grass cutting and surveying.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 280,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45232451 - Drainage and surface works.
45246410 - Flood-defences maintenance works.
45200000 - Works for complete or part construction and civil engineering work.
45246400 - Flood-prevention works.
50000000 - Repair and maintenance services.
44163110 - Drainage pipes.
77314000 - Grounds maintenance services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Epping Forest District Council has a responsibility to maintain watercourses and related assets including four flood storage areas. The Council also provides an out-of-hours flooding emergency response service. The successful Contractor will be required to hold a stack of 1000 pre-filled sandbags and to provide a 24-hour emergency attendance service, 365 days a year.
The contract contains both routine and non-routine works. Routine works comprises of, but not limited to, general clearance of debris and silt; removal of vegetation; watercourse re-grading; jetting/rodding of piped watercourses; and annual maintenance of mechanical components. Non-routine works comprises of, but not limited to, headwall construction and other small retaining wall and embankment strengthening works; supply and installation of precast concrete culverts, manholes, silt traps, inlets and grilles; general lopping or removal of trees; repair of wooden and metal railings; grass cutting and surveying.
Routine works on average make up 65% annually, whilst non-routine works on average make up 35% annually. These percentages may fluctuate given the number and magnitude of any flooding events throughout the life of the contract. No level of expenditure is guaranteed by the Council.
II.2.5) Award criteria:
Quality criterion - Name: Listed in Tender Documentation / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 in the OJEU: 2021/S 000-010161
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/08/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Hugh Pearl (Land Drainage) Ltd, 00558951
New Farm, Bobbingworth, Ongar, CM50DJ, United Kingdom
Tel. +44 1277890274, Email: admin@hughpearl.co.uk
NUTS Code: UK
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: Not Provided
Total value of the contract/lot: 280,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=637611982
VI.4) Procedures for review
VI.4.1) Review body
High Court, Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the
contract is communicated to tenderers.
The Public Contracts 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). Generally, such action
must be brought within 30 days form the date the aggrieved party knew or ought to have known about the breach.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 26/10/2021