Tender

WDC AB Knights Farm West Refuse Vehicle Depot and Road Infrastructure (ESPH732 CDS)

  • Wealden District Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-076072

Procurement identifier (OCID): ocds-h6vhtk-058d73 (view related notices)

Published 21 November 2025, 2:09pm



Scope

Reference

ESPH732

Description

Wealden District Council are seeking to appoint a suitable qualified and experienced main contractor for delivery of a new mixed-use development to create a replacement depot for its waste collection and street cleaning vehicle.

Development of the site known as Knights Farm West to provide a waste vehicle storage depot with administration building (Sui Generis) and solar farm which will provide power to the new facility, together with a new access roundabout on the A267, alongside associated landscaping, parking and servicing and other supporting infrastructure.

Full details are available in the document set.

Total value (estimated)

  • £15,000,000 excluding VAT
  • £18,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 30 June 2026 to 13 October 2027
  • 1 year, 3 months, 14 days

Main procurement category

Works

CPV classifications

  • 45213260 - Stores depot construction work
  • 45213352 - Service depot construction work
  • 45233120 - Road construction works
  • 45233121 - Main road construction works
  • 45233125 - Road junction construction work

Contract locations

  • UKJ22 - East Sussex CC

Submission

Enquiry deadline

3 December 2025, 11:59pm

Submission type

Requests to participate

Deadline for requests to participate

19 December 2025, 2:00pm

Submission address and any special instructions

Submission must be made through the Council's e-tendering portal here:

https://in-tendhost.co.uk/esph/aspx/Home

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 May 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
Simple description

Cost 40% Quality 60%

Price

Weighting description

Cost 40% Quality 60%


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Wealden District Council is conducting this Competitive Flexible Procedure over two stages:

Stage 1: Conditions of participation

Interested suppliers are invited to submit evidence of their suitability to deliver the contract. Suitability is defined within the Conditions of Participation set out within the documents and prospective suppliers must demonstrate their capabilities by providing by the closing date:

- A completed Project Specific Questionnaire (PSQ)

- 3-4 contract examples that demonstrate the required experience, as set out in the documents.

All compliant submissions received before the closing date will be assessed against the Conditions of Participation. These Conditions of Participation include questions in respect of the following items that will be assessed on a pass/fail basis:

- Economic and Financial Standing

- Insurance Provision

- Legal capability

- GDPR compliance

- Technical ability (contract examples)

- Sub-contractor management

- Health and safety

- Quality management

- Supply chain payments

- Payment terms for public sector contracts

- Payments for public and private sector contracts

- Carbon reduction plan

- Modern slavery statement

The contract examples provided to evidence technical capability will be assessed against the council's minimum experience criteria. These criteria are:

- One contract where you have undertaken significant works on major roads, preferably in East Sussex, including managing the provision of information for the s278 agreement.

- At least two (2) contracts must demonstrate prior experience of delivering depot / light industrial schemes of similar value to this.

- One contracts where you have been responsible for bringing in and connecting up the utilities provided by statutory suppliers.

Suppliers that demonstrate this minimum experience within their case studies will achieve a pass, and will then have their contract examples evaluated against the selection criteria. The council's selection criteria requirements are and their relative weighting out of 100 are as follows:

-Performance Outcomes (20)

-Social Value (10)

-Community and Stakeholder Engagement (20)

-Innovation and Sustainability (10)

-Quality Assurance and Compliance (20)

-Lessons Learned (20)

Suppliers will be ranked according to their scores for their submitted contract examples, with the highest scoring five suppliers to be shortlisted to receive the Invitation to Tender. The council is under no obligation to shortlist to the maximum of five suppliers, and reserves the right to select a reduced shortlist.

Stage 2: Invitation to Tender

Shortlisted suppliers will receive the invitation to tender and will be required to submit a qualitative and pricing response by the response deadline. The tenders will be evaluated on a Cost and Quality split of 40:60 respectively. The award criteria and sub-criteria is as follows:

- Method Statements (15)

- Programme (15)

- Resourcing (10)

- Communication (10)

- Environmental (5)

- Social Value (5)

- Cost (40)

Note the evaluation criteria will be fully defined upon the publication of the 2nd stage tender where there may be changes to the wording, scoring criteria, and sub-criteria.

All compliant submissions will be evaluated in accordance with the award criteria set out in this notice and in the procurement documents, with the most advantageous tender being the supplier who achieves the highest score.

After the receipt and evaluation of tenders the Council reserves the right to seek clarification from any bidder about the contents of their submission. As part of the evaluation process the Council reserves the right to hold clarification meetings with some or all of the shortlisted tenderers.

While the tender process, including Stage 1 and Stage 2 award criteria and weightings are set out in this notice and the published procurement documents, the council reserves the right to amend any element of the tender process, in accordance with Section 31 of the Procurement Act, 2023.

Before entering into a contract with the winning supplier, the council reserves the right to hold a pre-contract award meeting. The purpose of this meeting will be to ensure all parties clearly understand the expectations of the contract, before formally signing.


Contracting authority

Wealden District Council

  • Public Procurement Organisation Number: PXRN-7814-TGXG

Vicarage Lane

Hailsham

BN27 2AX

United Kingdom

Contact name: Adam Bennett

Email: esph@wealden.gov.uk

Region: UKJ22 - East Sussex CC

Organisation type: Public authority - sub-central government