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
NUTS 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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Legionella and Water Hygiene Management
Reference number
PA FW LWH 01
two.1.2) Main CPV code
- 45232430 - Water-treatment work
two.1.3) Type of contract
Works
two.1.4) Short description
Procurement Assist invites organisations to participate in a 48-month Framework Agreement for the provision of Legionella and Water Hygiene Management services in domestic and commercial settings, for current and future Clients. The Framework Agreement may be used by (but not limited to) all NHS Trusts, Social Housing Providers, Local Authorities, Blue Light Services, Education, Charities and all other contracting authorities that are located in the United Kingdom including those listed in Schedule 1 of the Public Contracts Regulations 2015/102.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
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 Treatment
Lot No
A
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
Procurement Assist is seeking suitable contractors or consultants to provide water treatment and related services, to current and future Clients of Procurement Assist. Water Treatment services may include (but not limited to) the following: maintaining, inspecting and testing water systems in domestic and/or commercial settings, collecting samples and sending to approved laboratories for testing.
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: £60,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 6
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) Description
two.2.1) Title
Site Surveying and Testing
Lot No
B
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
Procurement Assist is seeking suitable contractors or consultants to provide water treatment and related services, to current and future Clients of Procurement Assist. Water Treatment services may include (but not limited to) the following: testing of water samples and providing detailed reports via online portals.
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: £40,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 6
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
Restricted 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-022848
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 June 2022
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 July 2022
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=691520811
GO Reference: GO-2022518-PRO-20157592
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