Construction Tenders

Sat April 27 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 26th Mar 2024

Tender Details
Referenceocds-h6vhtk-044cfe
Common Procurement VocabularyTank-cleaning services
Procurement MethodOpen procedure
Value£280,000
More Tenders »

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 26th Mar 2024

Tender Details
Referenceocds-h6vhtk-044cfe
Common Procurement VocabularyTank-cleaning services
Procurement MethodOpen procedure
Value£280,000

Section I: Contracting authority

I.1) Name and addresses

Kirklees Council

PO Box 1720

HUDDERSFIELD

HD1 9EL

Contact

Darren Fletcher

Email

darren.fletcher [at] kirklees.gov.uk

Telephone

+44 148221000

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.kirklees.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://yortender.eu-supply.com/login.asp?B=YORTENDER.

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://yortender.eu-supply.com/login.asp?B=YORTENDER.

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

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Scheduled Maintenance of Interceptors and Drains

Reference number

KMCTS-025

II.1.2) Main CPV code

  • 90913100 - Tank-cleaning services

II.1.3) Type of contract

Services

II.1.4) Short description

Tenders are invited by the Council from Contractors with relevant experience and ability to demonstrate sufficient capacity for the provision of Scheduled Maintenance of Interceptors and Drains the "Services".

The scope is for the emptying and clearing of solids from Interceptors at various depots across Kirklees, such as:

Transport and Cleansing Services:

• Vine Street, Huddersfield

• Emerald Street, Huddersfield

• George Street, Dewsbury

Highways Direct Services:

• Headlands, Liversedge

• Reins Depot, Honley

• Alder Street, Fartown

This single source contract will provide direct delivery of a service that cleans and empties the build-up of oil, silt, debris and other contaminants within an Interceptor as this increases the risk of flooding. To prevent overflow and contamination of drainage systems the Interceptor needs to be maintained on a regular basis.

The contract will commence 20th May 2024 for a period of 4 years with the option to extend for a further 3 x 12 months. Making the final expiry date the 19th May 2031.

II.1.5) Estimated total value

Value excluding VAT: £280,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

The Borough of Kirklees

II.2.4) Description of the procurement

Tenders are invited by the Council from Contractors with relevant experience and ability to demonstrate sufficient capacity for the provision of Scheduled Maintenance of Interceptors and Drains the "Services".

The scope is for the emptying and clearing of solids from Interceptors at various depots across Kirklees, such as:

Transport and Cleansing Services:

• Vine Street, Huddersfield

• Emerald Street, Huddersfield

• George Street, Dewsbury

Highways Direct Services:

• Headlands, Liversedge

• Reins Depot, Honley

• Alder Street, Fartown

This single source contract will provide direct delivery of a service that cleans and empties the build-up of oil, silt, debris and other contaminants within an Interceptor as this increases the risk of flooding. To prevent overflow and contamination of drainage systems the Interceptor needs to be maintained on a regular basis.

The contract will commence 20th May 2024 for a period of 4 years with the option to extend for a further 3 x 12 months. Making the final expiry date the 19th May 2031.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Price / Weighting: 70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract will commence 20th May 2024 for a period of 4 years with the option to extend for a further 3 x 12 months. Making the final expiry date the 19th May 2031.


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

25 April 2024

Local time

1:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

25 April 2024

Local time

1:01pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

NA

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a

framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public

Contracts Regulations 2015 (SI 2015/102), the contracting authority will incorporate a minimum

ten (10) calendar day standstill period at the point that information on the award of the Contract is

communicated to economic operators. This period allows any unsuccessful economic operator(s)

to seek further debriefing from the contracting authority before the award of the Contract to the

successful economic operators. Such additional information should be requested from the

address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the

Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI

2015/102) 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). Any such

action must be started within thirty (30) days beginning with the date when the aggrieved party

first knew or sought to have grounds for starting the proceedings had arisen. The Court may

extend the time limited for starting proceedings where the Court considers that there is a good

reason for doing so, but not so as to permit proceedings to be started more than three (3) months

after that date. Where the Contract has not been awarded, the Court may order the setting aside

of the award decision or order the contracting authority to amend any document and may award

damages. If however the Contract has been awarded, the Court may only award damages or,

where the contract award procedures have not been followed correctly, declare the Contract to be

ineffective.