Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Dorset Council
  Dorset Council, County Hall, Colliton Park
  Dorchester
  DT1 1XJ
  UK
  
            Contact person: Mrs Bryony Blair
  
            Telephone: +44 1305225532
  
            E-mail: bryony.blair@dorsetcouncil.gov.uk
  
            NUTS: UKK25
  Internet address(es)
  
              Main address: https://www.dorsetcouncil.gov.uk
  
              Address of the buyer profile: https://www.dorsetcouncil.gov.uk
 
I.1) Name and addresses
  BCP Council
  Bournemouth
  UK
  
            E-mail: Daniel.Bradford@bcpcouncil.gov.uk
  
            NUTS: UKK24
  Internet address(es)
  
              Main address: https://www.bcpcouncil.gov.uk/
  
              Address of the buyer profile: https://www.bcpcouncil.gov.uk/
 
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert?advertId=56986abd-dfed-ef11-8134-005056b64545&p=696a9836-1895-e511-8105-000c29c9ba21
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert?advertId=56986abd-dfed-ef11-8134-005056b64545&p=696a9836-1895-e511-8105-000c29c9ba21
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Framework for Site Investigation and Materials Testing Services
            Reference number: DN756722
  II.1.2) Main CPV code
  71510000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Dorset Council has a requirement for site investigation and materials testing services in the delivery of construction/maintenance projects.
  The requirements include;
  • Field and laboratory testing of civil engineering materials (including but not limited to; bituminous materials, aggregates, concrete), geotechnical site investigation and soils testing which will require factual and interpretative reporting.
  • Geo-environmental site investigation and testing which will require factual reporting, interpretative reporting and risk assessment.
  • Investigation of existing highways and structures (including but not limited to core sampling of carriageways and structures).
  • Provision of specialist advice and representation (on materials, pavement design and geotechnical/geo-environmental matters)
  The requirements are primarily for Dorset Highways however other areas of the Council share the requirements.
  The Council is looking to establish a multi-supplier Framework agreement for provision of the services.
  The Framework will also be accessible to Bournemouth, Christchurch and Poole Council, who are named in the Tender Notice.
  A maximum of 4 suppliers will be awarded on to the Framework Agreement.
  During the term of the Framework, call-off orders will be placed by means of direct award or further competition.
  The advertised value of the Framework is estimated is based upon the Councils’ estimated needs over the full Framework term however this may change due to changing needs and circumstances during the Framework term:
  This may include expansion of the scope, budget, or duration if additional services are needed or may include reduction of the scope, budget, or duration if circumstances change, such as reduced funding, lower-than-expected demand, or strategic shifts.
  II.1.5) Estimated total value
  Value excluding VAT: 
			4 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    45120000
    71332000
    71351500
    71600000
    II.2.3) Place of performance
    NUTS code:
    UKK25
    II.2.4) Description of the procurement
    Dorset Council has a requirement for site investigation and materials testing services in the delivery of construction/maintenance projects.
    The requirements include;
    • Field and laboratory testing of civil engineering materials (including but not limited to; bituminous materials, aggregates, concrete), geotechnical site investigation and soils testing which will require factual and interpretative reporting.
    • Geo-environmental site investigation and testing which will require factual reporting, interpretative reporting and risk assessment.
    • Investigation of existing highways and structures (including but not limited to core sampling of carriageways and structures).
    • Provision of specialist advice and representation (on materials, pavement design and geotechnical/geo-environmental matters)
    The requirements are primarily for Dorset Highways however other areas of the Council share the requirements.
    The Council is looking to establish a multi-supplier Framework agreement for provision of the services.
    The Framework will also be accessible to Bournemouth, Christchurch and Poole Council, who are named in the Tender Notice.
    A maximum of 4 suppliers will be awarded on to the Framework Agreement.
    During the term of the Framework, call-off orders will be placed by means of direct award or further competition.
    The advertised value of the Framework is estimated is based upon the Councils’ estimated needs over the full Framework term however this may change due to changing needs and circumstances during the Framework term:
    This may include expansion of the scope, budget, or duration if additional services are needed or may include reduction of the scope, budget, or duration if circumstances change, such as reduced funding, lower-than-expected demand, or strategic shifts.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 40
    
                    Quality criterion: Social Value
                    / Weighting: 5
    
                    Price
                    
                      / Weighting: 
                      55
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    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 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 with several operators.
  
                            Envisaged maximum number of participants to the framework agreement: 4
  
                        Justification for any framework agreement duration exceeding 4 years: 
  IV.1.8) Information about 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
  Notice number in the OJ S:
  2024/S 000-041162
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              26/03/2025
  
                Local time: 14:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.7) Conditions for opening of tenders
  
              Date:
              26/03/2025
  
              Local time: 14:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.4) Procedures for review
  VI.4.1) Review body
  
    Dorset Council
    Dorchester
    UK
   
 
VI.5) Date of dispatch of this notice
19/02/2025