Construction Tenders

02 May 2025

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 3rd Feb 2025

Tender Details
Referenceocds-h6vhtk-04dae2
Common Procurement VocabularySewage services
Procurement MethodOpen procedure
Value£280,000
More Tenders »

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 3rd Feb 2025

Tender Details
Referenceocds-h6vhtk-04dae2
Common Procurement VocabularySewage services
Procurement MethodOpen procedure
Value£280,000

Section I: Contracting authority

I.1) Name and addresses

Staffordshire County Council

Tipping Street

STAFFORD

ST162DH

Email

michelle.davies [at] staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.staffordshire.gov.uk/Homepage.aspx

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login

I.1) Name and addresses

Cannock Chase District Council

Cannock

Email

michelle.davies [at] staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.cannockchasedc.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login

I.1) Name and addresses

South Staffordshire District Council

South Staffordshire

Email

michelle.davies [at] staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.sstaffs.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login

I.1) Name and addresses

Stafford Borough Council

Stafford

Email

michelle.davies [at] staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.staffordbc.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login

I.1) Name and addresses

Staffordshire Police and Staffordshire Fire and Rescue Service

Staffordshire

Email

michelle.davies [at] staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.staffordshire.police.uk/

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login

I.2) Information about joint procurement

The contract involves joint procurement

I.3) Communication

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

https://supplierlive.proactisp2p.com/Account/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login

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

Framework Agreement for the provision of Sewerage, Servicing and Desludging

Reference number

IA3534

II.1.2) Main CPV code

  • 90400000 - Sewage services

II.1.3) Type of contract

Services

II.1.4) Short description

This agreement is to provide the service, maintenance and desludging of sewage treatment plant and sewage pumping stations for all properties under the administration of Staffordshire County Council and any others that may be added as required by the Authority.

This agreement includes the following, which shall be deemed as included within the tendered service charge (i.e. no additional costs shall be accepted unless otherwise stated):

Four evenly scheduled service visits per annum to sewage treatment plant.

Four evenly scheduled service visits per annum to sewage pumping stations.

Desludging of sewage plant, pumping stations and grease traps (where present on RBC or package plant) as may be necessary. This work is to be scheduled to coincide with the service visit and shall be charged at the tendered rates provided within the Pricing Schedule.

24-hour emergency call out cover, 365 days per year with a maximum 4-hour response time.

Please note this is a Single Supplier Framework.

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.2.2) Additional CPV code(s)

  • 45232421 - Sewage treatment works
  • 90000000 - Sewage, refuse, cleaning and environmental services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Staffordshire

II.2.4) Description of the procurement

Open threshold process to award a Single Supplier Framework Agreement.

Suppliers should set up a profile on Proactis by completing their company details first. Then registering their interest to this specific tender opportunity by searching under reference IA3534.

Any questions regarding this opportunity should go through the 'message function'.

Please do not contact the Buyer direct.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

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

Start date

1 July 2025

End date

30 June 2029

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

2 x 12-month extensions to 30th June 2028 and 30th June 2029

II.2.14) Additional information

Please note Stafford Borough Council, Cannock Chase District, South Staffordshire Council and Staffordshire Police and Staffordshire Fire and Rescue Service are not responsible for this procedure, they are a named organisation who may call off from the Framework.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.3) Technical and professional ability

List and brief description of selection criteria

Staffordshire County Council require its successful Supplier to have ongoing 3rd party accreditations which meet the following requirements during the term of the Framework:

To have a compliant Health & Safety accreditation performed by a Safety Schemes in Procurement ('SSIP'). For more information refer to the link https://ssip.org.uk/members/#

Valid and compliant member of an independent pre-qualification accrediting body. For example, Constructionline (accredited to a minimum membership level of 'GOLD') or other equivalent bodies, offer such a service.

Note 1 - the accrediting bodies must allow for annual refreshes/vetting of the Supplier in the areas above

Note 2 - where brand names are mentioned, the Authority will consider equivalents

Note 3 - evidence of the above accreditations MUST be provided to the Authority by successful Supplier prior to Contract Award

PAS91 C4: Health and safety: policy and capability or provide an exemption (details provided in the Questionnaire).

In addition, Suppliers will be required to satisfy the County Council that the work will be undertaken by a minimum of four trained members of staff (directly employed or sub-contractors) and must be able to evidence their competency for the equipment they are working on by means of (where applicable):

1: Written confirmation of adequate M&E training and qualifications, preferably including British Water wastewater training courses or similar.

2. Written confirmation of certificates of competency from the principal manufacturers of sewage treatment equipment in the UK to the effect that the Contractor's staff have received adequate training. The Contractor will be required to provide evidence that regular training sessions are held to ensure that supervisors and operatives are continually up-dated in safe working practices, new legislation, and to improve general efficiency.

3. Details of the servicing staff including numbers, trade, and level of expertise. All servicing staff shall be able to demonstrate a detailed working knowledge of sewage plant, pumps, relevant Codes of Practice, Building Regulations, Local Bye-laws, Water Regulations.

4. Staff must have a thorough knowledge of the implications and significance of the 17th or 18th Edition of the IEE Regulations, and of test procedures necessary to identify inadequacies of operation, unsafe conditions and unauthorised alterations which constitute potential hazards. All personnel working on 3 phase equipment must be suitably qualified to do so. A minimum of two is required on this agreement.

5. The Contractor or their subcontractor shall be a member of NICEIC, ECA or approved equivalent.

6. All staff must have undertaken asbestos awareness training within the past 12 months accredited by UKATA, IATP or equivalent.

7. All staff must evidence recent training for working at heights (within 5 years).

8. Be qualified and competent to demonstrate an understanding of safe working in medium risk confined spaces. The course must contain a practical training element.

Any personnel utilised on this contract must have an Enhanced DBS check

PLEASE REFER TO THE PROCUREMENT DOCUMENTATION FOR MORE DETAIL


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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

7 March 2025

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

7 March 2025

Local time

1:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Staffordshire County Council

Staffordshire Place 1, Tipping Street

Stafford

ST16 1PR

Country

United Kingdom