Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
Contact
LCC Corporate - Chris Challinger
contractscorporate@lancashire.gov.uk
Telephone
+44 1772535854
Country
United Kingdom
NUTS code
UKD4 - Lancashire
Internet address(es)
Main address
www.lancashire.gov.uk/isupplier/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.lancashire.gov.uk/isupplier/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.lancashire.gov.uk/isupplier/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Ground Investigation Services
Reference number
CC/CORP/LCC/21/1077
two.1.2) Main CPV code
- 71351500 - Ground investigation services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is looking to procure a framework agreement (Agreement) for the provision of Ground Investigation Services and Associated Works.
The work content will relate to Ground Investigation (i.e. boreholes/soil sampling and testing/ factual and interpretative reporting) as outlined in the Scope-Specification. The Agreement will be used to carry out site investigations for new highway schemes, existing highway maintenance schemes, new Council buildings including new school developments and the potential treatment of mineshafts and shallow mine workings.
The investigation works will comprise of hand excavated trial pits, cable percussion boreholes, rotary open hole and core drilling, dynamic probing, environmental probing, road pavement and structural coring. Sampling will be required, together with the production of borehole logs and factual reports, where required. Further information can be found within the Scope-Specification.
two.1.5) Estimated total value
Value excluding VAT: £1,600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Work Packages Under £30,000
Lot No
1
two.2.2) Additional CPV code(s)
- 71351500 - Ground investigation services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
Lancashire County Council is seeking to Procure a framework agreement. Details of which are including within the tender documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement is available for up to a 4 year period, following which there may or may not be an opportunity for a re-procurement. The Framework Agreement included within Tender Documents outlines any relevant break clauses or periods within the awarded term where a re-procurement could occur. Any re-procurement will be at the discretion of the contracting authority and will be completed compliantly.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Work Packages over £30,000
Lot No
2
two.2.2) Additional CPV code(s)
- 71351500 - Ground investigation services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
Lancashire County Council is seeking to procure a framework agreement. The details can be found within the tender documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement is available for up to a 4 year period, following which there may or may not be an opportunity for a re-procurement. The Framework Agreement included within Tender Documents outlines any relevant break clauses or periods within the awarded term where a re-procurement could occur. Any re-procurement will be at the discretion of the contracting authority and will be completed compliantly.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 March 2021
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
1 March 2021
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published: The Framework Agreement is available for up to 4 years, following which there is potential for the services to be continually required therefore there is potential (but not guarantee) for the Framework Agreement to be re-procured. Any re-procurement is at the discretion of the contracting authority and will be completed compliantly.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice - The High Court
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
six.4.4) Service from which information about the review procedure may be obtained
Lancashire County Council
Fishergate
Preston
PR1 8XJ
Country
United Kingdom