Construction Contract Leads
East Midlands
Category Services
Type
No. of Lots 1
Status Active
Published 14th Feb 2025
Reference | ocds-h6vhtk-04e25e |
Common Procurement Vocabulary | Sewage services |
Procurement Method | Open procedure |
Value | £325,000 |
East Midlands
Category Services
Type
No. of Lots 1
Status Active
Published 14th Feb 2025
Reference | ocds-h6vhtk-04e25e |
Common Procurement Vocabulary | Sewage services |
Procurement Method | Open procedure |
Value | £325,000 |
Section I: Contracting authority
I.1) Name and addresses
Derbyshire Dales District Council
Town Hall, Bank Road
Matlock
DE4 3NN
Contact
Ms Sherry Russell
sherry.russell [at] derbyshiredales.gov.uk
Country
United Kingdom
NUTS code
UKF13 - South and West Derbyshire
Internet address(es)
Main address
Buyer's address
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
DDPT029 Maintenance of sewer sites, interceptors and gullies
Reference number
DDPT029 (DN763759)
II.1.2) Main CPV code
- 90400000 - Sewage services
II.1.3) Type of contract
Services
II.1.4) Short description
Derbyshire Dales District Council (the Council) is seeking a Supplier to undertake the following services.
• Emptying & planned and reactive maintenance of (7) Small Sewer Sites
• Emptying & planned and reactive maintenance of (2) Interceptor tanks
• Clearing blockages at Council facilities
• Planned and reactive cleansing of gullies within the Councils parks/car parks/roadways etc.
II.1.5) Estimated total value
Value excluding VAT: £325,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 90640000 - Gully cleaning and emptying services
II.2.3) Place of performance
NUTS codes
- UKF13 - South and West Derbyshire
II.2.4) Description of the procurement
Derbyshire Dales District Council (the Council) is seeking a Supplier to undertake the following services.
• Emptying & planned and reactive maintenance of (7) Small Sewer Sites
• Emptying & planned and reactive maintenance of (2) Interceptor tanks
• Clearing blockages at Council facilities
• Planned and reactive cleansing of gullies within the Councils parks/car parks/roadways etc.
The initial contract period is 2 years; the contract is estimated to commence 1st July 2025 and expire 30 June 2027.
There will be an option to extend the contract for 3 years in annual increments, subject to satisfactory performance and business needs. Maximum contract period is 5 years.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There will be an option to extend the contract for 3 years in annual increments, subject to satisfactory performance and business needs. Maximum contract period is 5 years.
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.2.14) Additional information
The opportunity can be accessed via Derbyshire Dales District Council's e-Tendering system.
Tenderers wishing to be considered for this contract must register their expression of interest and submit a tender through our e-Tendering system. If not already registered, candidates should register at
All discussions, meetings, and communications will be conducted in English.
The contract will be subject to English law. Tenders and all supporting documents must be
priced in GBP and all payments under the contract will be made in GBP.
The contract value is estimated and includes the options to extend and excludes VAT
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 detailed in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the procurement documents
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
24 March 2025
Local time
2:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
24 March 2025
Local time
2:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The initial contract term will expire 30 June 2027. if the options to extend the contract are exercised the contract will end 30 June 2028, 2029 or 2030
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a minimum 10 calendar days (or 15 if non-electronic or fax methods used) standstill period at the point information on the award of the contract is communicated to the relevant economic operators. Debriefing by the Council shall be in accordance with the Public Contracts Regulation 2015 (as amended). Such information should be requested from the addressee in Section 1.1). If an appeal regarding the award of the contract has not been successfully resolved the Regulations provide for the aggrieved parties who are of the opinion that they have been harmed or are at risk of harm by a breach of the Regulations, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought as soon as possible.