Notice Information
Notice Title
WDC AB Knights Farm West Refuse Vehicle Depot and Road Infrastructure (ESPH732 CDS)
Notice Description
Wealden District Council are seeking to appoint a suitable qualified and experienced main contractor for delivery of a new mixed-use development to create a replacement depot for its waste collection and street cleaning vehicle. Development of the site known as Knights Farm West to provide a waste vehicle storage depot with administration building (Sui Generis) and solar farm which will provide power to the new facility, together with a new access roundabout on the A267, alongside associated landscaping, parking and servicing and other supporting infrastructure. Full details are available in the document set.
Planning Information
The Council has issued a questionnaire for interested operators to complete and is available at the Council procurement portal here: https://in-tendhost.co.uk/esph/aspx/Home The deadline for submitting preliminary market engagement questionnaires is Sunday 7 September 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-058d73
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/076072-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45213260 - Stores depot construction work
45213352 - Service depot construction work
45233120 - Road construction works
45233121 - Main road construction works
45233125 - Road junction construction work
Notice Value(s)
- Tender Value
- £15,000,000 £10M-£100M
- Lots Value
- £15,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Nov 20251 weeks ago
- Submission Deadline
- 3 Dec 2025Expired
- Future Notice Date
- 1 Dec 2025Expired
- Award Date
- Not specified
- Contract Period
- 29 Jun 2026 - 13 Oct 2027 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEALDEN DISTRICT COUNCIL
- Contact Name
- Adam Bennett
- Contact Email
- esph@wealden.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- HAILSHAM
- Postcode
- BN27 2AX
- Post Town
- Brighton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ22 East Sussex CC
- Delivery Location
- TLJ22 East Sussex CC
-
- Local Authority
- Wealden
- Electoral Ward
- Hailsham Central
- Westminster Constituency
- Sussex Weald
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/076072-2025
21st November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/051327-2025
26th August 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/051126-2025
26th August 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-058d73-2025-11-21T14:09:49Z",
"date": "2025-11-21T14:09:49Z",
"ocid": "ocds-h6vhtk-058d73",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXRN-7814-TGXG",
"name": "Wealden District Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PXRN-7814-TGXG"
},
"address": {
"streetAddress": "Vicarage Lane",
"locality": "Hailsham",
"postalCode": "BN27 2AX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ22"
},
"contactPoint": {
"name": "Adam Bennett",
"email": "esph@wealden.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.wealden.gov.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PXRN-7814-TGXG",
"name": "Wealden District Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The Council has issued a questionnaire for interested operators to complete and is available at the Council procurement portal here: https://in-tendhost.co.uk/esph/aspx/Home The deadline for submitting preliminary market engagement questionnaires is Sunday 7 September 2025.",
"dueDate": "2025-09-07T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "051126-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/051126-2025",
"datePublished": "2025-08-26T09:34:53+01:00",
"format": "text/html"
},
{
"id": "051327-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/051327-2025",
"datePublished": "2025-08-26T15:22:30+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "ESPH732",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "WDC AB Knights Farm West Refuse Vehicle Depot and Road Infrastructure (ESPH732 CDS)",
"description": "Wealden District Council are seeking to appoint a suitable qualified and experienced main contractor for delivery of a new mixed-use development to create a replacement depot for its waste collection and street cleaning vehicle. Development of the site known as Knights Farm West to provide a waste vehicle storage depot with administration building (Sui Generis) and solar farm which will provide power to the new facility, together with a new access roundabout on the A267, alongside associated landscaping, parking and servicing and other supporting infrastructure. Full details are available in the document set.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45213260",
"description": "Stores depot construction work"
},
{
"scheme": "CPV",
"id": "45213352",
"description": "Service depot construction work"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45233121",
"description": "Main road construction works"
},
{
"scheme": "CPV",
"id": "45233125",
"description": "Road junction construction work"
}
],
"deliveryAddresses": [
{
"region": "UKJ22",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ22",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ22",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 18000000,
"amount": 15000000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-30T00:00:00+01:00",
"endDate": "2027-10-13T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 18000000,
"amount": 15000000,
"currency": "AED"
},
"awardCriteria": {
"weightingDescription": "Cost 40% Quality 60%",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Cost 40% Quality 60%"
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-12-01T23:59:59+00:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Wealden District Council is conducting this Competitive Flexible Procedure over two stages: Stage 1: Conditions of participation Interested suppliers are invited to submit evidence of their suitability to deliver the contract. Suitability is defined within the Conditions of Participation set out within the documents and prospective suppliers must demonstrate their capabilities by providing by the closing date: - A completed Project Specific Questionnaire (PSQ) - 3-4 contract examples that demonstrate the required experience, as set out in the documents. All compliant submissions received before the closing date will be assessed against the Conditions of Participation. These Conditions of Participation include questions in respect of the following items that will be assessed on a pass/fail basis: - Economic and Financial Standing - Insurance Provision - Legal capability - GDPR compliance - Technical ability (contract examples) - Sub-contractor management - Health and safety - Quality management - Supply chain payments - Payment terms for public sector contracts - Payments for public and private sector contracts - Carbon reduction plan - Modern slavery statement The contract examples provided to evidence technical capability will be assessed against the council's minimum experience criteria. These criteria are: - One contract where you have undertaken significant works on major roads, preferably in East Sussex, including managing the provision of information for the s278 agreement. - At least two (2) contracts must demonstrate prior experience of delivering depot / light industrial schemes of similar value to this. - One contracts where you have been responsible for bringing in and connecting up the utilities provided by statutory suppliers. Suppliers that demonstrate this minimum experience within their case studies will achieve a pass, and will then have their contract examples evaluated against the selection criteria. The council's selection criteria requirements are and their relative weighting out of 100 are as follows: -Performance Outcomes (20) -Social Value (10) -Community and Stakeholder Engagement (20) -Innovation and Sustainability (10) -Quality Assurance and Compliance (20) -Lessons Learned (20) Suppliers will be ranked according to their scores for their submitted contract examples, with the highest scoring five suppliers to be shortlisted to receive the Invitation to Tender. The council is under no obligation to shortlist to the maximum of five suppliers, and reserves the right to select a reduced shortlist. Stage 2: Invitation to Tender Shortlisted suppliers will receive the invitation to tender and will be required to submit a qualitative and pricing response by the response deadline. The tenders will be evaluated on a Cost and Quality split of 40:60 respectively. The award criteria and sub-criteria is as follows: - Method Statements (15) - Programme (15) - Resourcing (10) - Communication (10) - Environmental (5) - Social Value (5) - Cost (40) Note the evaluation criteria will be fully defined upon the publication of the 2nd stage tender where there may be changes to the wording, scoring criteria, and sub-criteria. All compliant submissions will be evaluated in accordance with the award criteria set out in this notice and in the procurement documents, with the most advantageous tender being the supplier who achieves the highest score. After the receipt and evaluation of tenders the Council reserves the right to seek clarification from any bidder about the contents of their submission. As part of the evaluation process the Council reserves the right to hold clarification meetings with some or all of the shortlisted tenderers. While the tender process, including Stage 1 and Stage 2 award criteria and weightings are set out in this notice and the published procurement documents, the council reserves the right to amend any element of the tender process, in accordance with Section 31 of the Procurement Act, 2023. Before entering into a contract with the winning supplier, the council reserves the right to hold a pre-contract award meeting. The purpose of this meeting will be to ensure all parties clearly understand the expectations of the contract, before formally signing."
},
"aboveThreshold": true,
"submissionMethodDetails": "Submission must be made through the Council's e-tendering portal here: https://in-tendhost.co.uk/esph/aspx/Home",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-12-19T14:00:00+00:00",
"enquiryPeriod": {
"endDate": "2025-12-03T23:59:59+00:00"
},
"awardPeriod": {
"endDate": "2026-05-01T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "076072-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/076072-2025",
"datePublished": "2025-11-21T14:09:49Z",
"format": "text/html"
}
]
},
"language": "en"
}