Tender for Ground Investigation Services in Lancashire
The work content will relate to Ground investigation (i.e. boreholes / soil sampling and testing / investigation of contaminated or potentially contaminated land / factual and interpretative reporting).
United Kingdom-Preston: Geotechnical engineering services
2017/S 007-010231
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall
Preston
PR1 0LD
United Kingdom
E-mail: contractscorporate@lancashire.gov.uk
NUTS code: UKD43
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
CORP — Ground Investigation Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The work content will relate to Ground investigation (i.e. boreholes / soil sampling and testing / investigation of contaminated or potentially contaminated land / factual and interpretative reporting). This contract will be used to carry out Site investigations for new highway schemes, existing highway maintenance schemes, new LCC buildings including new school developments and potential treatment of mineshafts and shallow mineworkings. The investigation works will comprise hand excavated trial pits, cable percussion boreholes, rotary open hole and core drilling, dynamic probing, environmental probing, road pavement and structural coring. Sampling will be required, together with the production of driller’s logs. In addition, although the LCC Laboratory can carry out chemical testing, both geotechnical and chemical testing will be required to be provided by the successful contractors.
II.1.6)Information about lots
II.2.1)Title:
Lot 1 — Work Packages Under 20 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The work content will relate to Ground investigation (i.e. boreholes / soil sampling and testing / investigation of contaminated or potentially contaminated land / factual and interpretative reporting). This contract will be used to carry out Site investigations for new highway schemes, existing highway maintenance schemes, new LCC buildings including new school developments and potential treatment of mineshafts and shallow mineworkings. The investigation works will comprise hand excavated trial pits, cable percussion boreholes, rotary open hole and core drilling, dynamic probing, environmental probing, road pavement and structural coring. Sampling will be required, together with the production of driller’s logs. In addition, although the LCC Laboratory can carry out chemical testing, both geotechnical and chemical testing will be required to be provided by the successful contractors.
Lot 1 is for work packages under 20 000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract for the provision of Ground Investigation Services will commence on or around the 1.4.2017. The Contract will expire on the 31.3.2020. However the Council in its absolute discretion may extend the Contract by any number of defined periods provided always that the total maximum duration of the total extension does not exceed 1 year. Full total including extensions is 48 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 — Work Packages over 20 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The work content will relate to Ground investigation (i.e. boreholes / soil sampling and testing / investigation of contaminated or potentially contaminated land / factual and interpretative reporting). This contract will be used to carry out Site investigations for new highway schemes, existing highway maintenance schemes, new LCC buildings including new school developments and potential treatment of mineshafts and shallow mineworkings. The investigation works will comprise hand excavated trial pits, cable percussion boreholes, rotary open hole and core drilling, dynamic probing, environmental probing, road pavement and structural coring. Sampling will be required, together with the production of driller’s logs. In addition, although the LCC Laboratory can carry out chemical testing, both geotechnical and chemical testing will be required to be provided by the successful contractors.
Lot 2 is for work packaged over 20 000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract for the provision of Ground Investigation Services will commence on or around the 1.4.2017. The Contract will expire on the 31.3.2020. However the Council in its absolute discretion may extend the Contract by any number of defined periods provided always that the total maximum duration of the total extension does not exceed 1 year. Full total including extensions is 48 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
TBC.
VI.3)Additional information:
The tender documents are available on Lancashire County Council’s electronic tendering site. Use of this system does not require high specification IT equipment or connections, nor high level personal IT skills/capabilities and is free of charge.
The contract covers the administrative County of Lancashire; however, where a successful bidder’s capacity and capability permits, the agreement will be open to other Public sector bodies, who may wish to access the provision. The list of possible Local authorities that are eligible to join the contract are listed in the following website — Councils:http://3www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
Access to this agreement will be under the terms agreed with LCC.
Please note — if you do not already have a supplier account on the e-tendering system (Oracle), you will be required to obtain a DUNS number, this can take a number of days to be issued and is required as part of the system registration. Therefore, tenderers are advised to allow plenty of time for registration and to do this as early as possible during the tender period. Registration is necessary in order to view the tender details and obtain tender documentation. A tenderer’s capacity, capability or unwillingness to contract with other UK Public Sector Bodies as described above will Not affect or be considered as part of the scoring of a tenderer’s submission.
VI.4.1)Review body
Preston
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Landscape Construction Works for the Royal Parks
YORcivil2 North and East Area Contractors Framework Agreement
Archaeology Advice Contract Norfolk
City of York Council Building Contractors Framework