Section one: Contracting authority
one.1) Name and addresses
Ivy Learning Trust C/o SSC Partnership Limited
12 Nelson Street
Southend-on-sea
SS1 1EF
Telephone
+44 1702338880
Country
United Kingdom
NUTS code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/sscpartnership/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sscpartnership/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/sscpartnership/
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
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Water Hygiene and Legionella Service Contract
Reference number
SSC ILT WH 09_23
two.1.2) Main CPV code
- 90713100 - Consulting services for water-supply and waste-water other than for construction
two.1.3) Type of contract
Services
two.1.4) Short description
SSC Partnership on behalf of the Ivy Learning Trust are currently out to tender for the provision of water hygiene and legionella services.Suppliers that would like to take part in this tender process are invited to Express Interest upon which the will be given access to the full tender documentation delivery through this e-tendering system.When the tender documents have been made available involved suppliers will receive notification via email and the tender documents can be accessed from the My Tenders area of this website and selecting the View Details button of this project.The deadline for submissions of the tender will be 9th June 2023.Please allow sufficient time to make your return as late returns will not be permitted.Any questions relating to this tender should be made via correspondence on the website and can be addressed to the main contact as shown in the details above.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45232430 - Water-treatment work
- 90713100 - Consulting services for water-supply and waste-water other than for construction
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
A. This contract is for the management and provision of the annual planned and preventative maintenance for water hygiene services to 14 primary schools within the Ivy Learning Trust as listed below:• Brimsdown Primary School, Green Street, Enfield EN3 7NA• Churchfield Primary School, Latymer Road, London N9 9PL• Crabtree Infants School, Crabtree Lane, Harpenden, Hertfordshire AL5 5PU• Crabtree Junior School, Crabtree Lane, Harpenden, Hertfordshire AL5 5PU• Eastfield Primary School, Eastfield Road, Enfield EN3 5UX• Larkspur Primary School, Tower Road, Ware SG12 7LP• Lavender Primary School, Lavender Road, Enfield EN2 0SX• Martins Wood Primary School, Mildmay Road, Stevenage, Hertfordshire, SG1 5RT• Peartree Primary School, Peartree Lane, Welwyn Garden City, Hertfordshire AL7 3XW• Round Diamond Primary School, Whitehorse Lane, Great Ashby Way, Stevenage, Herts SG1 6NH• The Wroxham, Wroxham Gardens, Potters Bar EN6 3DJ• Walker Primary School, Waterfall Road, London N14 7EG• Watchlytes Primary School, Welwyn Garden City, Hertfordshire, AL7 2AZ• Woodside Primary School, Jones Road, Goffs Oak, Herts EN7 5JSB. The current service contract operates for 52 weeks a year. Essential non disruptive planned maintenance aspects can be carried out during normal working hours, Monday to Friday term time. For all other activities which may compromise the daily smooth operation of the schools the Company will need to plan and schedule in agreement with the Client. Access is limited during the Christmas period and planned maintenance would not be permitted during these times. C. The supplier shall establish effective management and operational level communication systems at all levels regarding the service with the Client. In addition, the provider will also be responsible for all legal, and health and safety requirements in delivering the services. Tender submissions should clearly demonstrate:1. A thorough understanding of the Scope of Work2. Ability to deliver the services required and have a flexible approach3. Technical expertise and relevant experience4. Best value for money5. Suitability for the undertaking of the work.6. Procedures and practices which will be utilised to ensure quality and compliance with the specification.More details are available within the ITT and procurement documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2023
End date
31 August 2026
This contract is subject to renewal
Yes
Description of renewals
The Tenderer shall be prepared to commence the service on 1st September 2023. The duration of the contract will initially be for a period of 36 months followed by an optional 24-month extension.The Client will notify the Company in writing of its intention to extend or cancel the contract by giving at least one (1) term’s prior notice in writing.
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 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.2.2) Time limit for receipt of tenders or requests to participate
Date
9 June 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 9 January 2024
four.2.7) Conditions for opening of tenders
Date
9 June 2023
Local time
12:01pm
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
Public Procurement Review Service
London
Country
United Kingdom