91ÃÛÌÒÊÓÆµ

Construction Tenders

07 May 2025

Related Information

Construction Contract Leads

East Midlands

Category Services

Type

No. of Lots 1

Status Active

Published 14th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e25e
Common Procurement VocabularySewage services
Procurement MethodOpen procedure
Value£325,000
« Previous Page

East Midlands

Category Services

Type

No. of Lots 1

Status Active

Published 14th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e25e
Common Procurement VocabularySewage services
Procurement MethodOpen 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

Email

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.