Section one: Contracting authority
one.1) Name and addresses
The Borough Council of Calderdale
Town Hall, Crossley Street
Halifax
HX1 1UJ
Contact
Rachel Jefford
rachel.jefford2@calderdale.gov.uk
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
National registration number
184 3147 61
Internet address(es)
Main address
https://www.calderdale.gov.uk/v2
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103251
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81356&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81356&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
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 Legionella and Water Hygiene Monitoring Services
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council invites you to submit a Tender for the provision of legionella and water hygiene monitoring services in accordance with Approved Code of Practice and Guidance (fourth edition) published 2014 to it (ACOP L8) across the Council's estate. The Specification covers minimum standards for the provision of legionella and water hygiene monitoring services. The Service Provider is required to put in place a programme to maintain the systems and equipment at the Council’s Premises listed in Appendix A. Please note that the Transfer of Undertaking Protection of Employment Regulations 2006 (“TUPE”) may apply to the Tender. An accompanied site visit is a condition of tender in order to provide Suppliers an understanding of the Council's portfolio, dates and times will be made available via the YORtender messaging portal in due course.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Calderdale
two.2.4) Description of the procurement
The Council invites you to submit a Tender for the provision of legionella and water hygiene monitoring services in accordance with Approved Code of Practice and Guidance (fourth edition) published 2014 to it (ACOP L8) across the Council's estate. The Specification covers minimum standards for the provision of legionella and water hygiene monitoring services. The Service Provider is required to put in place a programme to maintain the systems and equipment at the Council’s Premises listed in Appendix A. Please note that the Transfer of Undertaking Protection of Employment Regulations 2006 (“TUPE”) may apply to the Tender. An accompanied site visit is a condition of tender in order to provide Suppliers an understanding of the Council's portfolio, dates and times will be made available via the YORtender messaging portal in due course.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Price - Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2024
End date
30 June 2029
This contract is subject to renewal
Yes
Description of renewals
A 24 month extension available after initial contract end date 30/06/27.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
5 June 2024
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: 29 August 2024
four.2.7) Conditions for opening of tenders
Date
5 June 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 of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom