Contract notice

Information

Published

Expire date: 24/03/2025

External Reference: 2025-529870

FTS Reference: 2025-006717

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Rotherham Metropolitan Borough Council
GB173552264
Riverside House, Main Street
Rotherham
S60 1AE
UK
Contact person: Angela Wilson
Telephone: +44 1709334551
NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=62301&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

Closed Landfill Maintenance
Reference number:  24-071
II.1.2)

Main CPV code

90531000  -  Landfill management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Bids are invited for the repair and maintenance of landfill gas and leachate management systems at the Councils six closed landfill sites. The scope includes inspection, servicing and repair of gas extraction wells/lines, ground gas combustion systems, leachate pumps and associated leachate infrastructure and monitoring boreholes.
II.1.5)

Estimated total value

Value excluding VAT: 260000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50511000  -  Repair and maintenance services of pumps
71314100  -  Electrical services
II.2.3)

Place of performance

NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Main site or place of performance:  
Rotherham
II.2.4)

Description of the procurement

The Council is seeking qualified contractors to provide repair and maintenance services for landfill gas and leachate management infrastructure at six closed landfill sites. This contract will ensure continued compliance with environmental regulations and the effective operation of critical control systems.
The scope of work includes, but is not limited to:
.
-Inspection, servicing and repair of landfill gas ground combustion systems, gas extraction wells, pipework and associated infrastructure
-Maintenance of leachate collection and pumping systems
-Preventive and reactive maintenance to address blockages, leaks or mechanical failures--Regular monitoring, testing and reporting to ensure system efficiency and compliance with regulatory standards.
.-Emergency response capability for system failures or environmental incidents.
.
Interested contractors must demonstrate relevant expertise and experience in landfill gas and leachate system maintenance. Compliance with health, safety and environmental regulations is essential
.
The Framework comprises of a Core Contract for Preventative Maintenance and then a Non-Core element for Unplanned / Emergencies
.
Taking into account the Core and potential Non-core activity the Framework Value is expected to be in the Region of £260,000 for the total potential duration of 4 years.
'
Full details, are available at https://uk.eu-supply.com/login.asp?B=YORTENDER, which is the link to the (Mercell Eu-Supply) YORtender tender portal site. The specific ref for this event is YORtender Ref 68316.
.
Please note, once this notice has been published, it can take up to 3 hours to appear on the YorTender portal.
.
IMPORTANT DATES FOR YOUR DIARY
07/03/2025 12 noon Deadline for Clarification questions around Social Value (SV) and how this is Managed at Rotherham Metropolitan Borough Council (RMBC). Please Note if no questions are received or if questions can instead be answered via a simple clarification, the Social Value Bidders event will not go ahead as the understanding will be that potential bidders having read the tender documentation will have a clear understanding of requirements.
11/03/2025 Deadline for submission of SV Event Attendee form
12/03/2025 13:00 - 14:30 Hours SV Bidders Event (Via Teams)
14/03/2025 12 Noon Deadline for Clarification Questions
.
TECHNICAL ISSUES If you experience technical issues surrounding the use of the YORtender system you should request support from the system provider (Mercell) by logging a ticket at email: uksupport@eu-supply.com or telephone: 0800 840 2050. Please note office working hours are 09:00 – 17:00.
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

Value excluding VAT: 260000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 03/07/2025  /  End: 02/07/2027
This contract is subject to renewal: yes
Description of renewals:  
The Framework will be re-tendered at the relevant point and will either take place in the last year of the Framework if performance is good or it will be re-procured during the Second year of the initial Framework period.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Framework is for 24 months with an option to extend for up to a further 24 months making the final end date 02/07/2029
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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

List and brief description of conditions:  As detailed within the Tender
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As detailed within the Tender
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  24/03/2025
Local time:  00:00
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

Tender must be valid until:  02/01/2026
IV.2.7)

Conditions for opening of tenders

Date:  24/03/2025
Local time:  12:00
Place:  
Rotherham

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Should the Framework Perform well then the expectation that any replacement tender would be issued around 9 months before the Framework is due to expire. If the Framework is not performing well then it could be around 9 months in advance of any new extension period.
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority 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 (as amended) 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 the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that 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.4.4)

Service from which information about the review procedure may be obtained

High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK