Tender

Water Quality Management Services (inc. Legionella) 2021

  • The University of Nottingham

F02: Contract notice

Notice identifier: 2021/S 000-015936

Procurement identifier (OCID): ocds-h6vhtk-02c5b2

Published 8 July 2021, 3:43pm



Section one: Contracting authority

one.1) Name and addresses

The University of Nottingham

Kings Meadow Campus, Lenton Lane

Nottingham

NG2 2NR

Contact

Charles Ellis

Email

BB-Procurement@exmail.nottingham.ac.uk

Country

United Kingdom

NUTS code

UKF1 - Derbyshire and Nottinghamshire

Internet address(es)

Main address

http://www.nottingham.ac.uk

Buyer's address

https://www.in-tendhost.co.uk/Universityofnottingham

one.3) Communication

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

https://www.in-tendhost.co.uk/Universityofnottingham

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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water Quality Management Services (inc. Legionella) 2021

Reference number

1529/ITT/CE

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Nottingham is undertaking this procurement to employ a contractor for the provision of water hygiene services to cover the University’s landlord responsibility for water hygiene safety across its campuses and buildings. The estimated value is £900,000 over the maximum five (5) years contract duration. The Contract will be established for an initial period of three (3) years(s) with an option to extend for further periods of one (1) year up to a total of five (5) year(s) in total. It is expected that one (1) suitably qualified contractor will be awarded the contract. It is intended for the mobilisation/start to commence during October 2021 or as otherwise agreed. The contract will operate under the NEC4 Term Service Contract (TSC).

two.1.5) Estimated total value

Value excluding VAT: £900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993000 - Building and facilities management services

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
Main site or place of performance

Across the University's campuses and buildings.

two.2.4) Description of the procurement

As described above and in the tender documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

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

Duration in months

60

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.2.13) 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Described in the tender 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

23 August 2021

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

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 August 2021

Local time

12:00pm

Place

Nottingham


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Located in the tender documentation.

six.4) Procedures for review

six.4.1) Review body

High Court

Strand

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 and 87 of the Public Contracts Regulations 2015, the contracting authority has incorporated a minimum 10 calendar days standstill period starting from the day when contract award was notified to the bidders. Unsuccessful bidders will be provided with a debrief in the award decision at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Tenderers have a right to appeal provided for within the Public Contracts Regulations 2015. Any such proceedings must be brought in the High Court of England and Wales.