Section one: Contracting authority
one.1) Name and addresses
Procurement Assist Limited c/o Integrated Facilities Management Bolton Ltd (iFM Bolton)
Royal Bolton Hospital, Minerva Road, Farnworth
Bolton
BL4 0JR
tenders@procurementassist.co.uk
Telephone
+44 3301281336
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
http://www.boltonft.nhs.uk/about-us/trust-profile/ifm-bolton/
Buyer's address
http://www.procurementassist.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Water Hygiene and Legionella Servcies
Reference number
PA CM 03
two.1.2) Main CPV code
- 51514110 - Installation services of machinery and apparatus for filtering or purifying water
two.1.3) Type of contract
Services
two.1.4) Short description
Procurement Assist Limited is seeking service providers to take part in tendering for a place on a 60 month Dynamic Purchasing System for Water Hygiene and Legionella Services.
The services will be split into 2 Categories, as follows:
Category 1: Water Hygiene, Legionella and Associated Services
Category 2: Water Auditing Services
The DPS will be available for use by iFM Bolton and the whole public sector from across the United Kingdom. The DPS initial application period is 30 days but will remain open until 31 May 2029. Applications from service providers can be made at any time during this period.
The DPS is intended to be a fast route to market for Clients, with Clients not needing any further engagement with OJEU procurement processes.
Procurement Assist is publishing this Notice of Amendment made pursuant to the original Notice 2020/S 081-192460 to extend the DPS to 31 May 2029. The remaining information in relation to this DPS is unchanged.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Water Hygiene, Legionella and Associated Services
Lot No
1
two.2.2) Additional CPV code(s)
- 45232430 - Water-treatment work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Including, but not limited to:
Water hygiene risk assessments, review of risk assessments, monthly/quarterly/6 monthly or annual monitoring, temperature checks, samples and chlorination, clean and chlorinate shower heads, refurbishment work, tank insulation, calorifier cleaning, refurbishment and replacement, chemical disinfection, thermal disinfection, system flushing and water treatment services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
31 May 2029
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 100
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/62V4KS48NH
two.2) Description
two.2.1) Title
Water Auditing Services
Lot No
2
two.2.2) Additional CPV code(s)
- 51514110 - Installation services of machinery and apparatus for filtering or purifying water
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Including, but not limited to:
Risk assessments, monthly/quarterly/6 monthly or annual monitoring
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
31 May 2029
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 100
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 081-192460
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 May 2029
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/62V4KS48NH
GO Reference: GO-202519-PRO-29086761
six.4) Procedures for review
six.4.1) Review body
The High Court
Royal Court of Justice, London
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The High Court
Royal Court of justice, London
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The High Court
Royal Court of Justice, London
London
WC2A 2LL
Country
United Kingdom