Contract

Minor Works and Maintenance of Watercourses and Related Assets

  • Epping Forest District Council

F03: Contract award notice

Notice identifier: 2021/S 000-026838

Procurement identifier (OCID): ocds-h6vhtk-02af22

Published 26 October 2021, 6:14pm



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.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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £280,000

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

Quality criterion - Name: Listed in Tender Documentation / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-010161


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 August 2021

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Hugh Pearl (Land Drainage) Ltd

New Farm, Bobbingworth

Ongar

CM50DJ

Email

admin@hughpearl.co.uk

Telephone

+44 1277890274

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

00558951

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £280,000


Section six. Complementary information

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.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=637611982

GO Reference: GO-20211026-PRO-19137152

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.