Tender

AT1122 Drainage Works for Luton Council

  • Luton Council

F02: Contract notice

Notice identifier: 2022/S 000-005177

Procurement identifier (OCID): ocds-h6vhtk-031ad5

Published 24 February 2022, 2:59pm



Section one: Contracting authority

one.1) Name and addresses

Luton Council

Town Hall, George Street

Luton

LU1 2BQ

Contact

Mrs Caroline Sturman

Email

caroline.sturman@luton.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.luton.gov.uk

Buyer's address

http://www.luton.gov.uk

one.3) Communication

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

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

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

AT1122 Drainage Works for Luton Council

Reference number

DN564307

two.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

Drainage works are required to cover blockages of toilets, baths, sinks and manholes, CCTV camera work to check the source of blockage or to see if there is a crack in the pipe.

The tender is for reactive and planned maintenance drain clearance services within its broad property portfolio of corporate buildings. The work will involve both reactive and planned maintenance and the tenders will be evaluated on the basis of price, quality and SV. The work will include emergency plumbing, blockage clearance, high pressure drain jetting, interceptors, cesspits, CCTV drainage surveys including reports and rainwater downpipe clearance.

two.1.5) Estimated total value

Value excluding VAT: £1,100,000

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

Lot No

1

two.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1

Drainage works are required to cover blockages of toilets, baths, sinks and manholes, CCTV camera work to check the source of blockage or to see if there is a crack in the pipe. If there is a breakage in the pipe then LBC are liable so repairs, digging or radius patches (balloon then blown up in place) work needs to be undertaken by the Provider.

Investigations and reports for vermin, rats etc. on behalf of the pest control department and requests received from Housing to undertake reports on drains are also managed by BTS. The department provide the cost code and funds are taken from the HRA repairs budget.

Providers must be able to undertake some minor plumbing works also to take toilet out etc., make repairs and then replace the toilet to a good working order. If a blockage is due to the tenant then a re-charge is applied and sundry debtors chase payment. LBC is responsible to the property boundary and then the drains become the responsibility of Thames Water.

Luton Community Housing properties (approx. 250) to be included within the contract as well as some of the schools, mainly residential but some commercial. There are also some properties which are outside Luton – flats in Bletchley and flats in Queensway House where we are responsible for the soil stack and 25/30 properties in total within Dunstable and Houghton Regis.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Duration in months

48

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: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2

The tender is for reactive and planned maintenance drain clearance services within its broad property portfolio of corporate buildings. It is intended to appoint a single Contractor with work allocated on a ‘call off’ basis. The work will involve both reactive and planned maintenance and the tenders will be evaluated on the basis of price, quality and SV. The work will include emergency plumbing, blockage clearance, high pressure drain jetting, interceptors, cesspits, CCTV drainage surveys including reports and rainwater downpipe clearance.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000

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

Duration in months

48

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: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

28 March 2022

Local time

12:00pm

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

28 March 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

HIGH COURT OF JUSTICE

LUTON

Country

United Kingdom