Opportunity

Minor Works and Maintenance of Watercourses and Related Assets

  • Epping Forest District Council

F02: Contract notice

Notice reference: 2021/S 000-010161

Published 10 May 2021, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

Epping Forest District Council

Civic Offices, 323 High Street

Epping

CM16 4BZ

Contact

Daniel Montague

Email

dan.montague@braintree.gov.uk

Telephone

+44 1376551414

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

www.eppingforestdc.gov.uk

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Epping:-Repair-and-maintenance-services./9BM24ATQ7W

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Epping:-Grounds-maintenance-services./9BM24ATQ7W

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

Minor Works and Maintenance of Watercourses and Related Assets

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Epping Forest District Council are seeking a Contractor to maintain watercourses and related assets, including four flood storage areas in the Epping Forest District. The Contract will be for a period of four (4) years. The successful Contractor will also be required to provide out-of-hours flooding emergency response and sandbag supply service. The contract contains both routine and non-routine works. Routine works comprises of, but not limited to, general clearance of debris and silt; removal of vegetation; watercourse re-grading; jetting/rodding of piped watercourses; and annual maintenance of mechanical components. Non-routine works comprises of, but not limited to, headwall construction and other small retaining wall and embankment strengthening works; supply and installation of precast concrete culverts, manholes, silt traps, inlets and grilles; general lopping or removal of trees; repair of wooden and metal railings; grass cutting and surveying.

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)

  • 45232451 - Drainage and surface works
  • 45246410 - Flood-defences maintenance works
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45246400 - Flood-prevention works
  • 50000000 - Repair and maintenance services
  • 44163110 - Drainage pipes
  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Essex

two.2.4) Description of the procurement

Epping Forest District Council has a responsibility to maintain watercourses and related assets including four flood storage areas. The Council also provides an out-of-hours flooding emergency response service. The successful Contractor will be required to hold a stack of 1000 pre-filled sandbags and to provide a 24-hour emergency attendance service, 365 days a year.

The contract contains both routine and non-routine works. Routine works comprises of, but not limited to, general clearance of debris and silt; removal of vegetation; watercourse re-grading; jetting/rodding of piped watercourses; and annual maintenance of mechanical components. Non-routine works comprises of, but not limited to, headwall construction and other small retaining wall and embankment strengthening works; supply and installation of precast concrete culverts, manholes, silt traps, inlets and grilles; general lopping or removal of trees; repair of wooden and metal railings; grass cutting and surveying.

Routine works on average make up 65% annually, whilst non-routine works on average make up 35% annually. These percentages may fluctuate given the number and magnitude of any flooding events throughout the life of the contract. No level of expenditure is guaranteed by the Council.

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: £280,000

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.2.14) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.


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

10 June 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

10 June 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Epping:-Repair-and-maintenance-services./9BM24ATQ7W

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/9BM24ATQ7W

GO Reference: GO-2021510-PRO-18220667

six.4) Procedures for review

six.4.1) Review body

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

The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the

contract is communicated to tenderers.

The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by

a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Generally, such action

must be brought within 30 days form the date the aggrieved party knew or ought to have known about the breach.