Tender

Ground Investigation Services

  • Lancashire County Council

F02: Contract notice

Notice identifier: 2021/S 000-001722

Procurement identifier (OCID): ocds-h6vhtk-028e10

Published 28 January 2021, 11:11am



Section one: Contracting authority

one.1) Name and addresses

Lancashire County Council

Fishergate

Preston

PR18XJ

Contact

LCC Corporate - Chris Challinger

Email

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