Section one: Contracting authority
one.1) Name and addresses
Staffordshire County Council
Tipping Street
STAFFORD
ST162DH
michelle.davies@staffordshire.gov.uk
Telephone
+44 1785277116
Country
United Kingdom
Region 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
one.1) Name and addresses
Cannock Chase District Council
Cannock
michelle.davies@staffordshire.gov.uk
Country
United Kingdom
Region 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
one.1) Name and addresses
South Staffordshire District Council
South Staffordshire
michelle.davies@staffordshire.gov.uk
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/Account/Login
one.1) Name and addresses
Stafford Borough Council
Stafford
michelle.davies@staffordshire.gov.uk
Country
United Kingdom
Region 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
one.1) Name and addresses
Staffordshire Police and Staffordshire Fire and Rescue Service
Staffordshire
michelle.davies@staffordshire.gov.uk
Country
United Kingdom
Region 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
one.2) Information about joint procurement
The contract involves joint procurement
one.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
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the provision of Sewerage, Servicing and Desludging
Reference number
IA3534
two.1.2) Main CPV code
- 90400000 - Sewage services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £280,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45232421 - Sewage treatment works
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Staffordshire
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.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
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
2 x 12-month extensions to 30th June 2028 and 30th June 2029
two.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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 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 a single operator
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
Originally published as:
Date
7 March 2025
Local time
12:00pm
Changed to:
Date
10 March 2025
Local time
12:00pm
See the change notice.
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
7 March 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Staffordshire County Council
Staffordshire Place 1, Tipping Street
Stafford
ST16 1PR
Country
United Kingdom