Contract

Legionella Risk Assessment, Water Hygiene Monitoring and Remedial Works

  • Norfolk County Council

F03: Contract award notice

Notice identifier: 2022/S 000-006476

Procurement identifier (OCID): ocds-h6vhtk-02e567

Published 9 March 2022, 3:20pm



Section one: Contracting authority

one.1) Name and addresses

Norfolk County Council

County Hall, Martineau Lane

Norwich

NR1 2DH

Email

sourcingteam@norfolk.gov.uk

Country

United Kingdom

NUTS code

UKH15 - Norwich and East Norfolk

Internet address(es)

Main address

www.norfolk.gov.uk

Buyer's address

https://in-tendhost.co.uk/norfolkcc

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

Legionella Risk Assessment, Water Hygiene Monitoring and Remedial Works

Reference number

NCCT42244

two.1.2) Main CPV code

  • 85142300 - Hygiene services

two.1.3) Type of contract

Services

two.1.4) Short description

NPS provides a maintenance management service for Norfolk County Council schools (under the Building Maintenance Partnership Scheme), including Academy and Diocese Schools. NPS have awarded a contract to provide these services to achieve and maintain compliance with ACOP L8 and HSG 274, specifically Legionella Risk Assessments and Log Books, Annual and Six Monthly Inspections and Remedial Works.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £255,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85142300 - Hygiene services

two.2.3) Place of performance

NUTS codes
  • UKH17 - Breckland and South Norfolk
  • UKH16 - North and West Norfolk
  • UKH15 - Norwich and East Norfolk

two.2.4) Description of the procurement

Legionella and Water Hygiene management to achieve and maintain compliance with ACOP L8 and HSG 274, specifically including Legionella Risk Assessments and Log Books, Annual and Six Monthly Inspections and Remedial Works.

two.2.5) Award criteria

Price

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.1.8) 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: 2021/S 000-028843


Section five. Award of contract

Contract No

NCCT42244

Title

Legionella Risk Assessment, Water Hygiene Monitoring & Remedial Works

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 March 2022

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 8

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: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Urban Environments Limited

Sevenoaks

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £255,000

Total value of the contract/lot: £220,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Nplaw

Norwich

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).Proceedings must be brought within 30 days from the date of knowledge (the date on which the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) unless the Court considers that there is good reason for extending the period within which proceedings may be brought, in which case the Court may extend that period up to a maximum of 3 months from the date of knowledge.