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
Telephone
+44 3333201015
Country
United Kingdom
NUTS code
UKE2 - North Yorkshire
Internet address(es)
Main address
Buyer's address
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:
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