Tender

Provision of a suitable contractor to conduct Legionella Risk Assessments, Water Testing, Sampling, and Maintenance in Council Properties< Retu

  • Chesterfield Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-009552

Procurement identifier (OCID): ocds-h6vhtk-044c37

Published 25 March 2024, 10:50am



Section one: Contracting authority

one.1) Name and addresses

Chesterfield Borough Council

Town Hall, Rose Hill

Chesterfield

S40 1LP

Contact

Mr Alex Jagger

Email

alex.jagger@chesterfield.gov.uk

Telephone

+44 1246959639

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.chesterfield.gov.uk

Buyer's address

https://www.chesterfield.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=85fd71b6-8fea-ee11-8127-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=85fd71b6-8fea-ee11-8127-005056b64545

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

Provision of a suitable contractor to conduct Legionella Risk Assessments, Water Testing, Sampling, and Maintenance in Council Properties< Retu

Reference number

DN716974

two.1.2) Main CPV code

  • 90733000 - Services related to water pollution

two.1.3) Type of contract

Services

two.1.4) Short description

Chesterfield Borough Council has a requirement for a Contractor to carry out Water Management Services ( Legionella Control) who will be suitably qualified and registered with the Legionella Control Association and have a wealth of experience to undertake the works required. The contract will be for an initial 4 years with 4 subsequent annual extension options available. The price of the contract will be fixed for the initial 4 year contract and then can be varied at each annual extension. Both the Council and the supplier have the option to terminate the contract at each annual extension.

The successful Contractors will be expected to conduct Water Management services to domestic and commercial properties typically consisting of a mixture of domestic housing stock, bungalows, blocks of flats, and sheltered housing schemes as well as communal buildings, corporate buildings, works depots and any other building owned and/or managed by the council .

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Chesterfield Borough Council has a requirement for a Contractor to carry out Water Management Services ( Legionella Control) who will be suitably qualified and registered with the Legionella Control Association and have a wealth of experience to undertake the works required. The contract will be for an initial 4 years with 4 subsequent annual extension options available. The price of the contract will be fixed for the initial 4 year contract and then can be varied at each annual extension. Both the Council and the supplier have the option to terminate the contract at each annual extension.

The successful Contractors will be expected to conduct Water Management services to domestic and commercial properties typically consisting of a mixture of domestic housing stock, bungalows, blocks of flats, and sheltered housing schemes as well as communal buildings, corporate buildings, works depots and any other building owned and/or managed by the council .

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

17 June 2028

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 April 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

29 April 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom