Section one: Contracting authority
one.1) Name and addresses
Cambridgeshire County Council
New Shire Hall, Alconbury Weald
Huntingdon
PE28 4YE
Contact
Procurement & Commercial Team
procurementandcommercial@cambridgeshire.gov.uk
Telephone
+44 7468859827
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
https://www.cambridgeshire.gov.uk/
Buyer's address
https://www.cambridgeshire.gov.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
23002 Water Hygiene monitoring services
Reference number
DN649753
two.1.2) Main CPV code
- 90700000 - Environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is looking for an experienced, competent, and reliable Contractor(s) to provide
Water Hygiene monitoring and descaling services.
The Authority wishes to appoint up to one (1) Contractor.
The successful bidder shall provide Water Hygiene monitoring and descaling services and may
be given the option to price some additional control measures. Planned control measures will
include, but not limited to, chlorination and tank cleans quarterly de-scales and bacterial
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £300,000 / Highest offer: £450,000 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 71800000 - Consulting services for water-supply and waste consultancy
- 71317000 - Hazard protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
The Authority is looking for an experienced, competent, and reliable Contractor(s) to provide
Water Hygiene monitoring and descaling services.
The Authority wishes to appoint up to one (1) Contractor.
The successful bidder shall provide Water Hygiene monitoring and descaling services and may
be given the option to price some additional control measures. Planned control measures will
include, but not limited to, chlorination and tank cleans quarterly de-scales and bacterial
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-025518
Section five. Award of contract
Contract No
18130002697
Lot No
1
Title
23002 Water Hygiene monitoring services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 February 2024
five.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 12
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Rock Compliance Ltd
Warwickshire
B49 6EP
Country
United Kingdom
NUTS code
- UKH - East of England
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £150,000 / Highest offer: £450,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Courts - Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre for Effective dispute resolution (CEDR)
London
EC4M 8BU
Country
United Kingdom