2buy2 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Watercourse Maintenance Services to Swale and Ure Drainage Board |
Notice type: | Contract Notice |
Authority: | 2buy2 |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Swale and Ure Drainage Board are inviting tenders for the provision of Watercourse Maintenance Services. Services Include, but not limited to:- •Flail Mowing – grass, weeds and other growths •De-weeding – of grass, weeds and other growths •De-silting – of gravel, silt and weed growth. •Reporting and recording •Piling – Installation of timber toe piling and boarding •Brashing – Removal of tree/bush/hedge/ overgrowth •Hand labour Services are to be delivered in the Swale and Ure Drainage Board authority district, predominantly North Yorkshire. Further information is available in the Tender documents which can be accessed at: www.delta-esourcing.com. Requirements are separated into two discreet lots. Tenders are invited for one or both lots. The deadline for the submission of tenders is 12noon 13 September 2021. |
Published: | 10/08/2021 10:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Swale and Ure Drainage Board
Thirsk Rural Business Centre, Blakey Lane, Thirsk, YO7 3AB, United Kingdom
Tel. +44 3333201015, Email: Roger.Smith@jbaconsulting.com
Contact: Roger Smith
Main Address: https://www.sandudb.gov.uk/, Address of the buyer profile: https://www.sandudb.gov.uk/
NUTS Code: UKE2
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Drainage Authority
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Watercourse Maintenance Services to Swale and Ure Drainage Board
Reference Number: Not provided
II.1.2) Main CPV Code:
77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Swale and Ure Drainage Board are inviting tenders for the provision of Watercourse Maintenance Services. Services Include, but not limited to:-
•Flail Mowing – grass, weeds and other growths
•De-weeding – of grass, weeds and other growths
•De-silting – of gravel, silt and weed growth.
•Reporting and recording
•Piling – Installation of timber toe piling and boarding
•Brashing – Removal of tree/bush/hedge/ overgrowth
•Hand labour
Services are to be delivered in the Swale and Ure Drainage Board authority district, predominantly North Yorkshire. Further information is available in the Tender documents which can be accessed at: www.delta-esourcing.com. Requirements are separated into two discreet lots. Tenders are invited for one or both lots. The deadline for the submission of tenders is 12noon 13 September 2021.
II.1.5) Estimated total value:
Value excluding VAT: 3,100,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Swale and Ure DB will award each lot independently based on the evaluation criteria for each lot.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Provision of Watercourse Maintenance Services to North District
Lot No: 1
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
II.2.3) Place of performance:
UKE2 North Yorkshire
II.2.4) Description of procurement: Lot 1 (North) - denotes the land within the district in the area between Catterick, Boroughbridge and Ingleby Cross, In any given financial year a total of 100-120Km of maintenance will be conducted across the lot.
The works comprise maintenance of the ordinary watercourses in the current year’s maintenance scheme confirmed by the Board, Routine works consist of;
•Flail Mowing - grass, weeds and other growths from both batters.
•De-weeding - of grass, weeds and other growths from the bed of the drain.
•De-silting - of gravel, silt and weed growth from the bed of the drain as a result of an accumulation of gravel or silt (when specified)
•Reporting and recording by photograph bank stability, structure problems and internal culvert/ bridge blockages to the Engineer or Asset Manager.
•Bank stabilisation by regrading, piling or willow spiling techniques.
•Brashing - Removal of tree/bush/hedge overgrowth growing within the profile and section of the watercourse affecting the flow or access to other maintenance operations.
•Removal of mature trees, cutting and stacking on site or burning as agreed with the landowner.
•Hand labour or special machinery - to implement any parts of above items 1-6 due to lack of standard machine access.
•Inspection of fixed assets (Pumping Station, screens, flood valves etc.)
At any visit to a watercourse or reach of a watercourse only the works necessary to bring the channel and banks into satisfactory condition to allow passage of flows is to be executed. Particular care should be taken to avoid over-deepening of channels and undermining of the banks. Works carried out should be catalogued with photographic evidence.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,900,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: The work content is the seasonal maintenance of the Board’s watercourses commencing from April 2022 until March 2027. The board reserves the right to extend either Lot for a further two periods of 3 years plus 2 years subject to satisfactory performance in accordance with the Key Performance Indicators and ongoing requirements.
The board reserves the right to re-tender either Lot after the initial 5 year period. No guarantee of contract extension is offered.
The maximum period of contract will be 120 months as detailed in the specification subject to timescales submitted as part of this tender. It is anticipated that the contract shall commence April 2022.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Provision of Watercourse Maintenance Services to South District
Lot No: 2
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
II.2.3) Place of performance:
UKE2 North Yorkshire
II.2.4) Description of procurement: Lot 2 (South) - denotes the land within the IDB district between Knaresborough, Boroughbridge and Kirk Hammerton, In any given Financial year a total of 50-60Km of maintenance works will be undertaken within the area.
The works comprise maintenance of the ordinary watercourses in the current year’s maintenance scheme confirmed by the Board, Routine works consist of;
•Flail Mowing - grass, weeds and other growths from both batters.
•De-weeding - of grass, weeds and other growths from the bed of the drain.
•De-silting - of gravel, silt and weed growth from the bed of the drain as a result of an accumulation of gravel or silt (when specified)
•Reporting and recording by photograph bank stability, structure problems and internal culvert/ bridge blockages to the Engineer or Asset Manager.
•Bank stabilisation by regrading, piling or willow spiling techniques.
•Brashing - Removal of tree/bush/hedge overgrowth growing within the profile and section of the watercourse affecting the flow or access to other maintenance operations.
•Removal of mature trees, cutting and stacking on site or burning as agreed with the landowner.
•Hand labour or special machinery - to implement any parts of above items 1-6 due to lack of standard machine access.
•Inspection of fixed assets (Pumping Station, screens, flood valves etc.)
At any visit to a watercourse or reach of a watercourse only the works necessary to bring the channel and banks into satisfactory condition to allow passage of flows is to be executed. Particular care should be taken to avoid over-deepening of channels and undermining of the banks. Works carried out should be catalogued with photographic evidence.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: The work content is the seasonal maintenance of the Board’s watercourses commencing from April 2022 until March 2027. The board reserves the right to extend either Lot for a further two periods of 3 years plus 2 years subject to satisfactory performance in accordance with the Key Performance Indicators and ongoing requirements.
The board reserves the right to re-tender either Lot after the initial 5 year period. No guarantee of contract extension is offered.
The maximum period of contract will be 120 months as detailed in the specification subject to timescales submitted as part of this tender. It is anticipated that the contract shall commence April 2022.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
As stated in the Tender Documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As stated in the Tender 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: No
Section IV: Procedure
IV.1) Description OPEN
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
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/09/2021 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 31/12/2021
IV.2.7) Conditions for opening of tenders:
Date: 13/09/2021
Time: 15:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Thirsk:-Agricultural%2C-forestry%2C-horticultural%2C-aquacultural-and-apicultural-services./36C9J7P4X3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/36C9J7P4X3
VI.4) Procedures for review
VI.4.1) Review body:
Swale and Ure Drainage Board
Thirsk Rural Business Centre, Blakey Lane, Thirsk, YO7 3AB, United Kingdom
Internet address: https://www.sandudb.gov.uk/
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 10/08/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Swale and Ure Drainage Board
Thirsk Rural Business Centre, Blakey Lane, Thirsk, YO7 3AB, United Kingdom
Tel. +44 3333201015, Email: Roger.Smith@jbaconsulting.com
Contact: Roger Smith
Main Address: https://www.sandudb.gov.uk/, Address of the buyer profile: https://www.sandudb.gov.uk/
NUTS Code: UKE2
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:
Other type:: Drainage Authority
I.5) Main activity:
Environment
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Provision of Watercourse Maintenance Services to Swale and Ure Drainage Board
Reference number: Not Provided
II.1.2) Main CPV code:
77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Swale and Ure Drainage Board has awarded a tender for the provision of Watercourse Maintenance Services. Services Include, but not limited to:-
•Flail Mowing – grass, weeds and other growths
•De-weeding – of grass, weeds and other growths
•De-silting – of gravel, silt and weed growth.
•Reporting and recording
•Piling – Installation of timber toe piling and boarding
•Brashing – Removal of tree/bush/hedge/ overgrowth
•Hand labour
Services are to be delivered in the Swale and Ure Drainage Board authority district, predominantly North Yorkshire.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,100,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Provision of Watercourse Maintenance Services to North District
Lot No:1
II.2.2) Additional CPV code(s):
77314000 - Grounds maintenance services.
II.2.3) Place of performance
Nuts code:
UKE2 - North Yorkshire
Main site or place of performance:
North Yorkshire
II.2.4) Description of the procurement: Lot 1 (North) - denotes the land within the district in the area between Catterick, Boroughbridge and Ingleby Cross, In any given financial year a total of 100-120Km of maintenance will be conducted across the lot.
The works comprise maintenance of the ordinary watercourses in the current year’s maintenance scheme confirmed by the Board, Routine works consist of;
•Flail Mowing - grass, weeds and other growths from both batters.
•De-weeding - of grass, weeds and other growths from the bed of the drain.
•De-silting - of gravel, silt and weed growth from the bed of the drain as a result of an accumulation of gravel or silt (when specified)
•Reporting and recording by photograph bank stability, structure problems and internal culvert/ bridge blockages to the Engineer or Asset Manager.
•Bank stabilisation by regrading, piling or willow spiling techniques.
•Brashing - Removal of tree/bush/hedge overgrowth growing within the profile and section of the watercourse affecting the flow or access to other maintenance operations.
•Removal of mature trees, cutting and stacking on site or burning as agreed with the landowner.
•Hand labour or special machinery - to implement any parts of above items 1-6 due to lack of standard machine access.
•Inspection of fixed assets (Pumping Station, screens, flood valves etc.)
At any visit to a watercourse or reach of a watercourse only the works necessary to bring the channel and banks into satisfactory condition to allow passage of flows is to be executed. Particular care should be taken to avoid over-deepening of channels and undermining of the banks. Works carried out should be catalogued with photographic evidence.
II.2.5) Award criteria:
Quality criterion - Name: Method Statement 1 – Continuity of Service / Weighting: 15
Quality criterion - Name: Method Statement 2 – Safe Methods of Working / Weighting: 15
Quality criterion - Name: Method Statement 3 – Proposed Plant and Equipment / Weighting: 15
Quality criterion - Name: Method Statement 4 – Delivery and Programme of Works / Weighting: 15
Cost criterion - Name: Total Annual Cost / Weighting: 40
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: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Provision of Watercourse Maintenance Services to South District
Lot No:2
II.2.2) Additional CPV code(s):
77314000 - Grounds maintenance services.
II.2.3) Place of performance
Nuts code:
UKE2 - North Yorkshire
Main site or place of performance:
North Yorkshire
II.2.4) Description of the procurement: Lot 2 (South) - denotes the land within the IDB district between Knaresborough, Boroughbridge and Kirk Hammerton, In any given Financial year a total of 50-60Km of maintenance works will be undertaken within the area.
The works comprise maintenance of the ordinary watercourses in the current year’s maintenance scheme confirmed by the Board, Routine works consist of;
•Flail Mowing - grass, weeds and other growths from both batters.
•De-weeding - of grass, weeds and other growths from the bed of the drain.
•De-silting - of gravel, silt and weed growth from the bed of the drain as a result of an accumulation of gravel or silt (when specified)
•Reporting and recording by photograph bank stability, structure problems and internal culvert/ bridge blockages to the Engineer or Asset Manager.
•Bank stabilisation by regrading, piling or willow spiling techniques.
•Brashing - Removal of tree/bush/hedge overgrowth growing within the profile and section of the watercourse affecting the flow or access to other maintenance operations.
•Removal of mature trees, cutting and stacking on site or burning as agreed with the landowner.
•Hand labour or special machinery - to implement any parts of above items 1-6 due to lack of standard machine access.
•Inspection of fixed assets (Pumping Station, screens, flood valves etc.)
At any visit to a watercourse or reach of a watercourse only the works necessary to bring the channel and banks into satisfactory condition to allow passage of flows is to be executed. Particular care should be taken to avoid over-deepening of channels and undermining of the banks. Works carried out should be catalogued with photographic evidence.
II.2.5) Award criteria:
Quality criterion - Name: Method Statement 1 – Continuity of Service / Weighting: 15
Quality criterion - Name: Method Statement 2 – Safe Methods of Working / Weighting: 15
Quality criterion - Name: Method Statement 3 – Proposed Plant and Equipment / Weighting: 15
Quality criterion - Name: Method Statement 4 – Delivery and Programme of Works / Weighting: 15
Cost criterion - Name: Total Annual Cost / Weighting: 40
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: Not Provided
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-019312
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: 1
Lot Number: 1
Title: Provision of Watercourse Maintenance Services - North District
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/12/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
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)
Coxon Brothers, 07032916
Croppers Garth, Exelby, Bedale, DL8 2HB, United Kingdom
NUTS Code: UKE2
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: 1,900,000
Total value of the contract/lot: 1,900,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Provision of Watercourse Maintenance Services - South District
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/12/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Coxon Brothers, 07032916
Croppers Garth, Exelby, Bedale, DL8 2HB, United Kingdom
NUTS Code: UKE2
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: 1,200,000
Total value of the contract/lot: 1,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=651716547
VI.4) Procedures for review
VI.4.1) Review body
Swale and Ure Drainage Board
Thirsk Rural Business Centre, Blakey Lane, Thirsk, YO7 3AB, United Kingdom
Internet address: https://www.sandudb.gov.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 17/12/2021