Opportunity

Sewerage Services & Remedial Works

  • Carmarthenshire County Council

F02: Contract notice

Notice reference: 2023/S 000-015742

Published 2 June 2023, 3:50pm



Section one: Contracting authority

one.1) Name and addresses

Carmarthenshire County Council

County Hall

Carmarthen

SA31 1JP

Contact

Emyr Phillips

Email

iephilips@carmarthenshire.gov.uk

Telephone

+44 1267234567

Country

United Kingdom

NUTS code

UKL14 - South West Wales

Internet address(es)

Main address

https://www.carmarthenshire.gov.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0281

one.3) Communication

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

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

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

Sewerage Services & Remedial Works

two.1.2) Main CPV code

  • 45232410 - Sewerage work

two.1.3) Type of contract

Works

two.1.4) Short description

Carmarthenshire County Council requires contractors to provide sewage removal services, sewerage-related services and associated remedial works required for the delivery and operation of its Property Maintenance, Highways and Flood Defence assets. The requirements include:

- Prescribed and cyclical tankering service for sewage removal from treatment works, septic tanks and pumping stations, including emptying, desludging and cleaning of those assets

- Emergency tankering

- Emergency ad-hoc clearing of blockages

- Emergency ad-hoc repairs to collapsed pipework

- Emergency clearing / de-silting of surface water drainage systems on non-highway adopted sites, on public highways or at flood risk management assets

- Urgent provision of camera surveys as required

- Planned repairs to collapsed pipework

- Planned clearing / de-silting of surface water drainage systems on non-highway adopted sites, on public highways or at flood risk management assets

- Planned additional tankering work

- Planned camera surveys

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

Cyclical Tankering Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90400000 - Sewage services
  • 90410000 - Sewage removal services
  • 90420000 - Sewage treatment services
  • 90430000 - Sewage disposal services
  • 90440000 - Treatment services of cesspools
  • 90450000 - Treatment services of septic tanks
  • 90460000 - Cesspool or septic tank emptying services
  • 90470000 - Sewer cleaning services
  • 90640000 - Gully cleaning and emptying services

two.2.3) Place of performance

NUTS codes
  • UKL14 - South West Wales
Main site or place of performance

Carmarthenshire

two.2.4) Description of the procurement

Lot 1 is for the scheduled emptying, desludging and cleaning of the Council’s Treatment Works, Septic Tanks and Pumping Stations and the transfer of all waste products and all surplus materials to appropriate licensed Waste Disposal Facilities.

For Lot 1, the Council will award a term service contract for the cyclical tankering service to ONE contractor only.

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

36

This contract is subject to renewal

Yes

Description of renewals

The contract shall be for 3 years with the option to extend for up to a period of 12 months.

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

Emergency and Urgent Responsive Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 45232410 - Sewerage work
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90400000 - Sewage services
  • 90410000 - Sewage removal services
  • 90420000 - Sewage treatment services
  • 90430000 - Sewage disposal services
  • 90440000 - Treatment services of cesspools
  • 90450000 - Treatment services of septic tanks
  • 90460000 - Cesspool or septic tank emptying services
  • 90470000 - Sewer cleaning services
  • 90640000 - Gully cleaning and emptying services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90491000 - Sewer survey services
  • 90641000 - Gully cleaning services
  • 90642000 - Gully emptying services
  • 90900000 - Cleaning and sanitation services
  • 90913000 - Tank and reservoir cleaning services
  • 90913100 - Tank-cleaning services
  • 90913200 - Reservoir cleaning services
  • 45232000 - Ancillary works for pipelines and cables
  • 45232400 - Sewer construction work
  • 45232411 - Foul-water piping construction work
  • 45232420 - Sewage work
  • 45232440 - Construction work for sewage pipes
  • 45231300 - Construction work for water and sewage pipelines
  • 45240000 - Construction work for water projects
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233139 - Highway maintenance work

two.2.3) Place of performance

NUTS codes
  • UKL14 - South West Wales
Main site or place of performance

Carmarthenshire

two.2.4) Description of the procurement

Lot 2 is for Emergency and Urgent Responsive Works at Council properties and assets, at non-highway adopted sites, on public highways or at flood risk management assets, as outlined below:

- Emergency tankering

- Ad-hoc clearing of blockages

- Ad-hoc repairs to collapsed pipework / manholes

- Emergency clearing / de-silting of surface water drainage systems on non-highway adopted sites, on public highways or at flood risk management assets (e.g. culverts)

- Provision of camera surveys as required

For Lot 2, the Council will be appointing up to three contractors on a Framework basis.

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

36

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement for Lot 2 shall be for 3 years with the option to extend for up to a period of 12 months.

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

Planned Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 45232410 - Sewerage work
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90400000 - Sewage services
  • 90410000 - Sewage removal services
  • 90420000 - Sewage treatment services
  • 90430000 - Sewage disposal services
  • 90440000 - Treatment services of cesspools
  • 90450000 - Treatment services of septic tanks
  • 90460000 - Cesspool or septic tank emptying services
  • 90470000 - Sewer cleaning services
  • 90640000 - Gully cleaning and emptying services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90491000 - Sewer survey services
  • 90641000 - Gully cleaning services
  • 90642000 - Gully emptying services
  • 90900000 - Cleaning and sanitation services
  • 90913000 - Tank and reservoir cleaning services
  • 90913100 - Tank-cleaning services
  • 90913200 - Reservoir cleaning services
  • 45232000 - Ancillary works for pipelines and cables
  • 45232400 - Sewer construction work
  • 45232411 - Foul-water piping construction work
  • 45232420 - Sewage work
  • 45232440 - Construction work for sewage pipes
  • 45231300 - Construction work for water and sewage pipelines
  • 45240000 - Construction work for water projects
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233139 - Highway maintenance work

two.2.3) Place of performance

NUTS codes
  • UKL14 - South West Wales
Main site or place of performance

Carmarthenshire

two.2.4) Description of the procurement

Lot 3 is for Planned Works at Council properties and assets, at non-highway adopted sites, on public highways or at flood risk management assets, as outlined below:

- Planned additional tankering

- Planned clearing of blockages

- Planned repairs to collapsed pipework / manholes

- Planned clearing / de-silting of surface water drainage systems on non-highway adopted sites, on public highways or at flood risk management assets (e.g. culverts)

- Planned provision of camera surveys as required

For Lot 3, the Council will be appointing up to three contractors on a Framework basis.

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

36

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement for Lot 3 shall be for 3 years with the option to extend for up to a period of 12 months.

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 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: 6

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

7 July 2023

Local time

2:00pm

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

English, Welsh

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 July 2023

Local time

2:30pm

Place

Carmarthenshire County Council offices, Carmarthen

Information about authorised persons and opening procedure

Carmarthenshire County Council Officers


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

ETENDERWALES PORTAL - This procurement exercise will be conducted via the eTenderWales portal. To assist you in locating these opportunities on the eTenderWales portal, the project code is: project_48691.

The project comprises of one overarching Qualification Invitation to Tender (ITT), in addition to lot-specific ITTs. To constitute a valid tender, bidders are required to submit one completed overarching Qualification ITT AND A Lot-specific ITT (containing a Technical and Commercial Envelope) for EACH LOT they are tendering for. All tender documents such as the Framework Agreement, Instructions to Tenderers etc. are contained within the overarching Qualification ITT and the Lot-specific ITTs. Please also ensure you check the attachments area for any documents/ information which may assist you with your submission or you are required to upload as part of your submission as per information contained within the tender pack. To access the tender documents, please register your company on the eTenderWales portal at: www.etenderwales.bravosolution.co.uk

BUSINESS WALES SUPPORT / EVENT - Business Wales will be facilitating a free live tender webinar specifically for those tendering for this opportunity, to be held on 13/06/2023 (11:00am - 1:00pm). Business Wales will offer advice and guidance on accessing the e-tender and submitting a bid. Registration is essential in order to reserve a place at the webinar. To register, please contact Business Wales on 01267 233749 or by email at: westwales@businesswales.org.uk

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=114211

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Community benefits will not be included due to the value and ad-hoc nature of the works / services required.

(WA Ref:114211)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom