Construction Contract Leads
East Midlands
Category Services
Type
No. of Lots 1
Status Active
Published 18th Nov 2024
Reference | ocds-h6vhtk-04b748 |
Common Procurement Vocabulary | Environmental services |
Procurement Method | Open procedure |
Value | £150,000 |
East Midlands
Category Services
Type
No. of Lots 1
Status Active
Published 18th Nov 2024
Reference | ocds-h6vhtk-04b748 |
Common Procurement Vocabulary | Environmental services |
Procurement Method | Open procedure |
Value | £150,000 |
Section I: Contracting authority
I.1) Name and addresses
DERBY CITY COUNCIL
Corporation Street
Derby
DE12FS
procurement [at] derby.gov.uk
Country
United Kingdom
NUTS code
UKF11 - Derby
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.eastmidstenders.org/
Additional information can be obtained from the above-mentioned address
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
TD2218 - Provision of Closed Landfill Environmental Monitoring Services
Reference number
TD2218 / DN749913
II.1.2) Main CPV code
- 90700000 - Environmental services
II.1.3) Type of contract
Services
II.1.4) Short description
The Council is seeking to appoint a Service Provider to provide environmental monitoring at two closed (historic) landfills.
This Specification sets out the requirements for the provision of landfill monitoring services to be provided at two sites:
Chellaston Brickworks Landfill Site, Aston Lane, Chellaston, Derby, DE73 6TT (NGR 438657,330209). Approximate size 8.1ha, made up of scrubland and woodland.
Darley Abbey Landfill Site, off Old Lane, Darley Abbey, Derby (NGR 435598,338707) Approximate size 9.1ha, made up of scrubland and woodland.
More information can be found in the specification which can be found by accessing the tender documents at https://www.eastmidstenders.org/ and search TD2218.
II.1.5) Estimated total value
Value excluding VAT: £150,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKF11 - Derby
II.2.4) Description of the procurement
The Council is seeking to appoint a Service Provider to provide environmental monitoring at two closed (historic) landfills.
This Specification sets out the requirements for the provision of landfill monitoring services to be provided at two sites:
Chellaston Brickworks Landfill Site, Aston Lane, Chellaston, Derby, DE73 6TT (NGR 438657,330209). Approximate size 8.1ha, made up of scrubland and woodland.
Darley Abbey Landfill Site, off Old Lane, Darley Abbey, Derby (NGR 435598,338707) Approximate size 9.1ha, made up of scrubland and woodland.
More information can be found in the specification which can be found by accessing the tender documents at https://www.eastmidstenders.org/ and search TD2218.
Please note suppliers wishing to express interest and obtain the documentation must do so by 11.30pm on Sunday 20th October 2024. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a bid.
The deadline for returns is 12.00pm on Wednesday 18th December 2024.
Documents are available at www.eastmidstenders.org
Please search for TD2218 - DN749913
Please note: we will only accept expressions of interest through the e-tendering system.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial contract period is 3 years; the contract is estimated to commence 1st April 2025 and expire 31st March 2029.
There will be an option to extend the contract for 2 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: Yes
Description of options
The initial contract period is 3 years; the contract is estimated to commence 1st April 2025 and expire 31st March 2029.
There will be an option to extend the contract for 2 years in annual increments, subject to satisfactory performance and business needs. Maximum contract period is 5 years.
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
Please see ITT Part Two - Form of Contract
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
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
18 December 2024
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
18 December 2024
Local time
12:15pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Approximately 9 - 12 months prior to contract expiry
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Derby City Council
The Council House, Corporation Street, Derby
Derby
DE1 2FS
procurement [at] derby.gov.uk
Country
United Kingdom