Construction Tenders

22 May 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 17th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d40a
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodRestricted procedure
Value-
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 17th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d40a
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Carmarthenshire County Council

County Hall

Carmarthen

SA31 1JP

Contact

Ben Kathrens

Email

FDCP [at] carmarthenshire.gov.uk

Telephone

+44 1267234567

Country

United Kingdom

NUTS code

UKL14 - South West Wales

Internet address(es)

Main address

https://www.carmarthenshire.gov.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0281

I.3) Communication

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

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

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

Dynamic Purchasing System for Drainage Investigations and CCTV Surveys - ON-GOING APPLICATION

II.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

II.1.3) Type of contract

Services

II.1.4) Short description

This Contract Notice is to inform the market that the Dynamic Purchasing System (DPS) for the provision of Drainage Investigations and CCTV Surveys has been extended for one year until 30th November 2025, in accordance with the DPS Agreement and original tender documentation.

Carmarthenshire County Council established this DPS for the provision of Drainage Investigations and CCTV Surveys on 1st December 2020 for an initial period of up to 4 years. The DPS is operated on a fully electronic basis and is open to new entrants throughout its term who meet the minimum criteria specified in the DPS documents.

The Council is seeking to appoint contractors to undertake drainage surveys using specialist equipment and cameras that pass through or zoom up culverts and pipes to record their condition and location. The surveys are required as part of the Council’s statutory duties under the Flood and Water Management Act 2010, the Highways Act (1980) and for Asset Management purposes. The requirement is for surveys only, not repairs.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90491000 - Sewer survey services
  • 90640000 - Gully cleaning and emptying services
  • 90641000 - Gully cleaning services
  • 90642000 - Gully emptying services
  • 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
  • 71311000 - Civil engineering consultancy services
  • 71311210 - Highways consultancy services
  • 71630000 - Technical inspection and testing services
  • 71631480 - Road-inspection services

II.2.3) Place of performance

NUTS codes
  • UKL14 - South West Wales
Main site or place of performance

Carmarthenshire

II.2.4) Description of the procurement

Carmarthenshire County Council is seeking suitably qualified and experienced contractors to undertake drainage surveys using specialist equipment and cameras that pass through or zoom up culverts and pipes to record their condition and location.

The surveys will be procured by mini-competition under this DPS arrangement.

The surveys are required as part of the Council’s statutory duties under the Flood and Water Management Act 2010, the Highways Act (1980) and for Asset Management purposes. The requirement is for surveys only, not repairs and the work programme is currently divided into four work areas namely:

- Surveys of known drainage systems

- Surveys of high-risk areas and unknown and uncharted systems

- Emergency incident response (could be known or unknown drainage systems)

- Highway Drainage Asset Connectivity and Condition Surveys

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

12

This contract is subject to renewal

Yes

Description of renewals

The DPS was for an initial period of 4 years and included the option to extend for a further period of up to 4 years, extended in 1 year periods. The DPS has been extended for one year, therefore, the option to extend is now for a further period of up to 3 years, in 12-month increments.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

A Dynamic Purchasing System is a two-stage process. In the initial setup stage, all Bidders who met the selection criteria were admitted to the DPS. There is no limit on the number of Bidders that may join a DPS during its term. Individual contracts are awarded during the second stage where the Council invites all suppliers appointed to the DPS, to bid for the specific contracts.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 237-586939

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

14 November 2025

Local time

2:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 December 2025

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

English, Welsh


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

ETENDERWALES PORTAL - To assist you in locating this opportunity on the eTenderWales Procurement System, the project code is: project_44968.

This ON-GOING DPS application is comprised of one main Pre-Qualification Questionnaire (PQQ) under this project.

All DPS documents such as the Specification, Terms & Conditions, Instructions to Bidders etc. are all contained within the PQQ.

Please also ensure you check the attachments area for any documents/ information which may assist you with your submission or you are required to upload as part of your submission as per information contained within the application pack.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=147353

(WA Ref:147353)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom