Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework for Site Investigation and Materials Testing Services

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04ca0c
Published by:
Dorset Council
Authority ID:
AA76195
Publication date:
12 March 2025
Deadline date:
26 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71332000 Geotechnical engineering services Miscellaneous engineering services
71351500 Ground investigation services Geological, geophysical and other scientific prospecting services
71510000 Site-investigation services Construction-related services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
45120000 Test drilling and boring work Site preparation work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
bryony.blair@dorsetcouncil.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.