Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
CORP — Ground Investigation Services.
Reference number: RJ/CORP/LCC/16/541
II.1.2)Main CPV code
71332000
II.1.3)Type of contract
Services
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.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Lot 1 — Work Packages Under 20 000 GBP
Lot No: 1
II.2.2)Additional CPV code(s)
71332000
45120000
71330000
II.2.3)Place of performance
NUTS code: UKD43
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
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
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 2 — Work Packages over 20 000 GBP
Lot No: 2
II.2.2)Additional CPV code(s)
71320000
45120000
71330000
II.2.3)Place of performance
NUTS code: UKD43
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
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
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 10/02/2017
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 10/02/2017
Local time: 14:30
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflows
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)Procedures for review
VI.4.1)Review body
Lancashire County Council
Preston
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
09/01/2017