By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Soils and Materials Testing and Ground Radar and Geotechnical Surveys 2016/2018.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Leicestershire County Council
Croft Depot, Arbor Road, Croft
For the attention of: Mrs Fiona Hollis
LE9 3GE Leicester
UNITED KINGDOM
Telephone: +44 1163055192
E-mail:

Internet address(es):

General address of the contracting authority: http://www.leics.gov.uk

Address of the buyer profile: http://www.leics.gov.uk

Electronic access to information: www.eastmidstenders.org

Electronic submission of tenders and requests to participate: www.eastmidstenders.org

Further information can be obtained from: Leicestershire County Council
Croft Depot, Arbor Road, Croft
For the attention of: Mrs Fiona Hollis
LE9 3GE Leicester
UNITED KINGDOM
Telephone: +44 1163055192
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Leicestershire County Council
Croft Depot, Arbor Road, Croft
For the attention of: Mrs Fiona Hollis
LE9 3GE Leicester
UNITED KINGDOM
Telephone: +44 1163055192
E-mail:

Tenders or requests to participate must be sent to: Leicestershire County Council
Croft Depot, Arbor Road, Croft
For the attention of: Mrs Fiona Hollis
LE9 3GE Leicester
UNITED KINGDOM
Telephone: +44 1163055192
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Soils and Materials Testing and Ground Radar and Geotechnical Surveys 2016/2018.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services

NUTS code UKF2

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Leicestershire County Council is seeking to identify and appoint a Contractor(s) to carry out soils and materials testing and ground radar and geotechnical surveys.
The Contract will be awarded for the 2016/2017 season with a works period between 8.8.2016 and 31.3.2018. Works as and when required will be instructed by a Task Order.

The 1st years' work Only is included within the price lists which will be doubled up to come up with the Total bid for the works. The estimated contract value is 100 000 GBP per annum for Lot 1 (Laboratory Testing and Geotechnical Services) and 40 000 GBP per annum for Lot 2 (Utility Mapping Surveys).

Depending on the Contractor's performance the Contract may be extended in 1 year increments for a further 2 years making maximum length of contracts of 4 years.
N.B: We will review the quality of materials and workmanship on a 6 monthly basis and also completion of task orders within agreed time-scales. The Employer intends to appoint only 1 Contractor to each Lot. Tenderer's can bid and be awarded either 1 Lot or both Lots.
II.1.6)Common procurement vocabulary (CPV)

71000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Leicestershire County Council is seeking to identify and appoint a Contractor(s) to carry out soils and materials testing and ground radar and geotechnical surveys.
The Contract will be awarded for the 2016/2017 season with a works period between 8.8.2016 and 31.3.2018. Works as and when required will be instructed by a Task Order.

The 1st years' work Only is included within the price lists which will be doubled up to come up with the Total bid for the works. The estimated contract value is 100 000 GBP per annum for Lot 1 (Laboratory Testing and Geotechnical Services) and 40 000 GBP per annum for Lot 2 (Utility Mapping Surveys).

Depending on the Contractor's performance the Contract may be extended in 1 year increments for a further 2 years making maximum length of contracts of 4 years.
N.B: We will review the quality of materials and workmanship on a 6 monthly basis and also completion of task orders within agreed time-scales. The Employer intends to appoint only 1 Contractor to each Lot. Tenderer's can bid and be awarded either 1 Lot or both Lots.
Estimated value excluding VAT:
Range: between 280 000 and 560 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Depending on the Contractor's performance the Contract may be extended in 1 year increments for a further 2 years making maximum length of contracts of 4 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Refer to Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Refer to Invitation to Tender.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Refer to Invitation to Tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Refer to Invitation to Tender.
Minimum level(s) of standards possibly required: Refer to Invitation to Tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Refer to Invitation to Tender.
Minimum level(s) of standards possibly required:
Refer to Invitation to Tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DN164946
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 26.6.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
27.6.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

‘The Council is using the East Midlands Procurement Portal (https://www.eastmidstenders.org ) to administer this procurement. The eProcurement Portal is a very secure system and is simple to use. However, if this is the 1st time you will be using the system for submitting documents you should read the comprehensive ProContract reference guides which will provide the guidance required by clicking the "Help ” icon that is located on the home page on the top right of the EastMidsTenders System. If after reading the ProContract reference guides you are still unable to resolve your issue in using the system and require support please contact the Due North Technical Support Team. Contact details are as below: Due North Technical Support Team by email: Telephone. 01670 597 136 telephone: lines open from 08:30 to 17:00, Monday to Friday (excluding public holidays in England). Or where the Council intends to hold a bidders event then it is advisable to insert the details of the event in this section.’

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High Court, Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Internet address: http://www.hmcourts-service.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Leicestershire County Council (LCC) will incorporate a minimum 10 calendar day standstill period at the point of information on the award of the contract, as communicated to tenderers. Applicants who are unsuccessful shall be informed by LCC as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
26.5.2016