Tender

Closed Landfill Maintenance

  • Rotherham Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2025/S 000-006717

Procurement identifier (OCID): ocds-h6vhtk-04e672

Published 21 February 2025, 1:01pm



Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Angela Wilson

Email

Angela-proc.Wilson@rotherham.gov.uk

Telephone

+44 1709334551

Country

United Kingdom

Region code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

GB173552264

Internet address(es)

Main address

https://www.rotherham.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=62301&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=62301&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

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

Closed Landfill Maintenance

Reference number

24-071

two.1.2) Main CPV code

  • 90531000 - Landfill management services

two.1.3) Type of contract

Services

two.1.4) Short description

Bids are invited for the repair and maintenance of landfill gas and leachate management systems at the Councils six closed landfill sites. The scope includes inspection, servicing and repair of gas extraction wells/lines, ground gas combustion systems, leachate pumps and associated leachate infrastructure and monitoring boreholes.

two.1.5) Estimated total value

Value excluding VAT: £260,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50511000 - Repair and maintenance services of pumps
  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Rotherham

two.2.4) Description of the procurement

The Council is seeking qualified contractors to provide repair and maintenance services for landfill gas and leachate management infrastructure at six closed landfill sites. This contract will ensure continued compliance with environmental regulations and the effective operation of critical control systems.

The scope of work includes, but is not limited to:

.

-Inspection, servicing and repair of landfill gas ground combustion systems, gas extraction wells, pipework and associated infrastructure

-Maintenance of leachate collection and pumping systems

-Preventive and reactive maintenance to address blockages, leaks or mechanical failures--Regular monitoring, testing and reporting to ensure system efficiency and compliance with regulatory standards.

.-Emergency response capability for system failures or environmental incidents.

.

Interested contractors must demonstrate relevant expertise and experience in landfill gas and leachate system maintenance. Compliance with health, safety and environmental regulations is essential

.

The Framework comprises of a Core Contract for Preventative Maintenance and then a Non-Core element for Unplanned / Emergencies

.

Taking into account the Core and potential Non-core activity the Framework Value is expected to be in the Region of £260,000 for the total potential duration of 4 years.

'

Full details, are available at https://uk.eu-supply.com/login.asp?B=YORTENDER, which is the link to the (Mercell Eu-Supply) YORtender tender portal site. The specific ref for this event is YORtender Ref 68316.

.

Please note, once this notice has been published, it can take up to 3 hours to appear on the YorTender portal.

.

IMPORTANT DATES FOR YOUR DIARY

07/03/2025 12 noon Deadline for Clarification questions around Social Value (SV) and how this is Managed at Rotherham Metropolitan Borough Council (RMBC). Please Note if no questions are received or if questions can instead be answered via a simple clarification, the Social Value Bidders event will not go ahead as the understanding will be that potential bidders having read the tender documentation will have a clear understanding of requirements.

11/03/2025 Deadline for submission of SV Event Attendee form

12/03/2025 13:00 - 14:30 Hours SV Bidders Event (Via Teams)

14/03/2025 12 Noon Deadline for Clarification Questions

.

TECHNICAL ISSUES If you experience technical issues surrounding the use of the YORtender system you should request support from the system provider (Mercell) by logging a ticket at email: uksupport@eu-supply.com or telephone: 0800 840 2050. Please note office working hours are 09:00 – 17:00.

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: £260,000

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

Start date

3 July 2025

End date

2 July 2027

This contract is subject to renewal

Yes

Description of renewals

The Framework will be re-tendered at the relevant point and will either take place in the last year of the Framework if performance is good or it will be re-procured during the Second year of the initial Framework period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework is for 24 months with an option to extend for up to a further 24 months making the final end date 02/07/2029

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed within the Tender

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed within the Tender

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

Date

24 March 2025

Local time

12:00am

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

Tender must be valid until: 2 January 2026

four.2.7) Conditions for opening of tenders

Date

24 March 2025

Local time

12:00pm

Place

Rotherham


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Should the Framework Perform well then the expectation that any replacement tender would be issued around 9 months before the Framework is due to expire. If the Framework is not performing well then it could be around 9 months in advance of any new extension period.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

six.4.4) Service from which information about the review procedure may be obtained

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom