Tender

Provision of Watercourse Maintenance Services to Swale and Ure Drainage Board

  • Swale and Ure Drainage Board

F02: Contract notice

Notice identifier: 2021/S 000-019312

Procurement identifier (OCID): ocds-h6vhtk-02d2df

Published 10 August 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Swale and Ure Drainage Board

Thirsk Rural Business Centre, Blakey Lane

Thirsk

YO7 3AB

Contact

Roger Smith

Email

Roger.Smith@jbaconsulting.com

Telephone

+44 3333201015

Country

United Kingdom

NUTS code

UKE2 - North Yorkshire

Internet address(es)

Main address

https://www.sandudb.gov.uk/

Buyer's address

https://www.sandudb.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/

Additional information can be obtained from the above-mentioned address

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

one.4) Type of the contracting authority

Other type

Drainage Authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Watercourse Maintenance Services to Swale and Ure Drainage Board

two.1.2) Main CPV code

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.1.3) Type of contract

Services

two.1.4) Short description

Swale and Ure Drainage Board are inviting tenders for the provision of Watercourse Maintenance Services. Services Include, but not limited to:-

•Flail Mowing – grass, weeds and other growths

•De-weeding – of grass, weeds and other growths

•De-silting – of gravel, silt and weed growth.

•Reporting and recording

•Piling – Installation of timber toe piling and boarding

•Brashing – Removal of tree/bush/hedge/ overgrowth

•Hand labour

Services are to be delivered in the Swale and Ure Drainage Board authority district, predominantly North Yorkshire. Further information is available in the Tender documents which can be accessed at: www.delta-esourcing.com. Requirements are separated into two discreet lots. Tenders are invited for one or both lots. The deadline for the submission of tenders is 12noon 13 September 2021.

two.1.5) Estimated total value

Value excluding VAT: £3,100,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Swale and Ure DB will award each lot independently based on the evaluation criteria for each lot.

two.2) Description

two.2.1) Title

Provision of Watercourse Maintenance Services to North District

Lot No

1

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE2 - North Yorkshire
Main site or place of performance

North Yorkshire

two.2.4) Description of the procurement

Lot 1 (North) - denotes the land within the district in the area between Catterick, Boroughbridge and Ingleby Cross, In any given financial year a total of 100-120Km of maintenance will be conducted across the lot.

The works comprise maintenance of the ordinary watercourses in the current year’s maintenance scheme confirmed by the Board, Routine works consist of;

•Flail Mowing - grass, weeds and other growths from both batters.

•De-weeding - of grass, weeds and other growths from the bed of the drain.

•De-silting - of gravel, silt and weed growth from the bed of the drain as a result of an accumulation of gravel or silt (when specified)

•Reporting and recording by photograph bank stability, structure problems and internal culvert/ bridge blockages to the Engineer or Asset Manager.

•Bank stabilisation by regrading, piling or willow spiling techniques.

•Brashing - Removal of tree/bush/hedge overgrowth growing within the profile and section of the watercourse affecting the flow or access to other maintenance operations.

•Removal of mature trees, cutting and stacking on site or burning as agreed with the landowner.

•Hand labour or special machinery - to implement any parts of above items 1-6 due to lack of standard machine access.

•Inspection of fixed assets (Pumping Station, screens, flood valves etc.)

At any visit to a watercourse or reach of a watercourse only the works necessary to bring the channel and banks into satisfactory condition to allow passage of flows is to be executed. Particular care should be taken to avoid over-deepening of channels and undermining of the banks. Works carried out should be catalogued with photographic evidence.

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: £1,900,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The work content is the seasonal maintenance of the Board’s watercourses commencing from April 2022 until March 2027. The board reserves the right to extend either Lot for a further two periods of 3 years plus 2 years subject to satisfactory performance in accordance with the Key Performance Indicators and ongoing requirements.

The board reserves the right to re-tender either Lot after the initial 5 year period. No guarantee of contract extension is offered.

The maximum period of contract will be 120 months as detailed in the specification subject to timescales submitted as part of this tender. It is anticipated that the contract shall commence April 2022.

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

Provision of Watercourse Maintenance Services to South District

Lot No

2

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE2 - North Yorkshire
Main site or place of performance

North Yorkshire

two.2.4) Description of the procurement

Lot 2 (South) - denotes the land within the IDB district between Knaresborough, Boroughbridge and Kirk Hammerton, In any given Financial year a total of 50-60Km of maintenance works will be undertaken within the area.

The works comprise maintenance of the ordinary watercourses in the current year’s maintenance scheme confirmed by the Board, Routine works consist of;

•Flail Mowing - grass, weeds and other growths from both batters.

•De-weeding - of grass, weeds and other growths from the bed of the drain.

•De-silting - of gravel, silt and weed growth from the bed of the drain as a result of an accumulation of gravel or silt (when specified)

•Reporting and recording by photograph bank stability, structure problems and internal culvert/ bridge blockages to the Engineer or Asset Manager.

•Bank stabilisation by regrading, piling or willow spiling techniques.

•Brashing - Removal of tree/bush/hedge overgrowth growing within the profile and section of the watercourse affecting the flow or access to other maintenance operations.

•Removal of mature trees, cutting and stacking on site or burning as agreed with the landowner.

•Hand labour or special machinery - to implement any parts of above items 1-6 due to lack of standard machine access.

•Inspection of fixed assets (Pumping Station, screens, flood valves etc.)

At any visit to a watercourse or reach of a watercourse only the works necessary to bring the channel and banks into satisfactory condition to allow passage of flows is to be executed. Particular care should be taken to avoid over-deepening of channels and undermining of the banks. Works carried out should be catalogued with photographic evidence.

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: £1,200,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The work content is the seasonal maintenance of the Board’s watercourses commencing from April 2022 until March 2027. The board reserves the right to extend either Lot for a further two periods of 3 years plus 2 years subject to satisfactory performance in accordance with the Key Performance Indicators and ongoing requirements.

The board reserves the right to re-tender either Lot after the initial 5 year period. No guarantee of contract extension is offered.

The maximum period of contract will be 120 months as detailed in the specification subject to timescales submitted as part of this tender. It is anticipated that the contract shall commence April 2022.

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

List and brief description of conditions

As stated in the Tender Documents

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 stated in the Tender Documents


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 September 2021

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

Tender must be valid until: 31 December 2021

four.2.7) Conditions for opening of tenders

Date

13 September 2021

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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-Thirsk:-Agricultural%2C-forestry%2C-horticultural%2C-aquacultural-and-apicultural-services./36C9J7P4X3

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/36C9J7P4X3

GO Reference: GO-2021810-PRO-18713623

six.4) Procedures for review

six.4.1) Review body

Swale and Ure Drainage Board

Thirsk Rural Business Centre, Blakey Lane

Thirsk

YO7 3AB

Country

United Kingdom

Internet address

https://www.sandudb.gov.uk/