Tender

Provision of Legionella and Water Hygiene Monitoring Services

  • The Borough Council of Calderdale

F02: Contract notice

Notice identifier: 2024/S 000-014391

Procurement identifier (OCID): ocds-h6vhtk-045751

Published 3 May 2024, 3:19pm



Section one: Contracting authority

one.1) Name and addresses

The Borough Council of Calderdale

Town Hall, Crossley Street

Halifax

HX1 1UJ

Contact

Rachel Jefford

Email

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

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/