Scope
Reference
OPEN2025758
Description
North Tyneside Council (the 'Authority') is seeking tenders to enter into a framework agreement (Framework) for the delivery of Legionella surveying and analysis and Legionella remedial works its non-residential buildings (hereinafter referred to as the Works).
The nature of the non-residential premises will include, but not be limited to, education premises, commercial premises and public buildings. These premises may be owned and operated by the Authority, their business partners and private enterprises. The Buildings are all located within the Borough of North Tyneside and their opening hours will vary due to the nature of their operation. Any restrictions and access to premises will be advised at the point of notification by the Authority and their representatives.
The Contractor should ensure that they have adequate resources to meet the needs of the Contract, where the majority of planned works at educational premises will be scheduled to be undertaken during school holiday periods.
For the purposes of the CDM regulations 2015, generally North Tyneside Council (the Authority) will act as Principal Contractor. The Authorised Officer is the Authority staff member or representative, authorised to request works to be undertaken with the terms of the Contract.
There are 2 lots under this framework. Lot 1 - Surveying and Analysis Works, Lot 2 - Remedial Works
Commercial tool
Establishes a framework
Total value (estimated)
- £500,000 excluding VAT
- £500,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 September 2025 to 31 August 2027
- Possible extension to 31 August 2029
- 4 years
Description of possible extension:
2 x 12 month extensions available
Main procurement category
Services
Contract locations
- UKC22 - Tyneside
Lot constraints
Description of how multiple lots may be awarded:
Suppliers can bid for 1 or more lots no restrictions
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Surveying and Analysis Works
Description
The Contractor will be required to work to the current LCA standard for the delivery of consultancy services, including but not limited to:
• Legionella Risk Assessments
• Written Control Schemes
• Gap Analysis
• Building Specific Breakout Policy
• Microbiological Testing
• RIDDOR and Outbreak Event Guidance, if required
• Temperature monitoring
The Authority will provide a programme of works to the Contractor to be completed on a monthly basis. The Contractor will be responsible for making arrangements directly with the building users to gain access and complete the assessment. The Authority will then agree, at the pre start meeting, the date of the following month by which all reports and invoices shall be received.
The Authority will then review the reports received and determine which remedial works should be carried out. The remedial works will be carried out by the successful contractor in Lot 2.
Lot value (estimated)
- £300,000 excluding VAT
- £300,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 90000000 - Sewage, refuse, cleaning and environmental services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Legionella Remedial Services
Description
The Contractor will be required to carry out maintenance services in accordance including, but not limited to:
• Systems containing hot and cold water services
• Flushing
• Temperature monitoring
• Water sampling
• Shower head cleans in accordance with the Authority's schedule
• Tank inspections and cleans
• TMV
The Authority will contact the Contractor on a job-by-job basis and provide a copy of the LRA assessment completed, together with instructions on the remedial works to be completed and a timeframe for the completion of such works. Contractors should note that the Authority will not pay for site visits when a copy of the Legionella Risk Assessment identifying the required work has been provided.
The Contractor must provide a quote in line with framework rates to the Authority within seven days for approval by the Authority. No work should be carried out before approval is given and a purchase order is raised.
Whilst it is anticipated that most Works should be completed between 8.00am and 4.30pm, because of the nature of the Works the Authority requires the Contractor to be able to provide a 24 hour service.
All works are to be fully completed on the first visit and invoiced the next working day following attendance, and the Contractor will be required to provide a written report and photographs of the Works completed. Waste transfer notes, if applicable, must also be provided with the payment application. The Authority will not accept part invoices for initial attendances and will only arrange payment once each raised job is completed.
If the work cannot be completed, the Contractor shall provide an update including lead in times for any replacement parts required when providing the written report the working day following the initial attendance. The Contractor shall also provide a return date to complete the outstanding work. Any quote for follow up works should be sent within two working days of the initial attendance.
Any re-call works shall be carried out free of charge to the Authority. If the Contractor does not complete the works within the agreed timescales the Authority reserves the right to recharge the Contractor or appoint an alternative Contractor.
Where any Works outside the scope of the Specification are noted by the Contractor during the execution of the Contract, then this work shall be notified to the Authority in writing, prior to carrying out such work.
Lot value (estimated)
- £200,000 excluding VAT
- £200,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 90700000 - Environmental services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
1 In order to be appointed to this framework, following evaluation your organisation must be ranked 1 - 3.
Award of individual Call-off contracts under the Framework Agreement
Lot 1 - Surveying and Analysis Works
The Contractor providing best value, ranked number 1, from the initial tender results, will be awarded the Works for the first twenty-four months of the Framework. On occasion, if the value of the work is not clear or the Authority considers it necessary, it may decide to carry out a Mini Competition with all Framework Suppliers to ensure value for money.
Prices and Rankings will remain fixed for the first twenty-four months (two years) of the framework. During the Framework the Authority reserves the right to carry out Benchmarking at 12 monthly intervals (6 monthly intervals in year 3 and 4 should the extension option be utilised) with Ranked 2 and 3 Framework Suppliers and where necessary will carry out a Price refresh Mini Competition which will be issued to all Framework Suppliers. Depending on the outcome of any Price Refresh Mini Competition the ranking order may change.
During the Framework, using the Ranking order, the Contractor will be offered the Work firstly to the Rank 1 Contractor. If the Rank 1 Contractor declines the offered work, it will then trigger the Works to be offered to the Contractor next in Rank order as a Direct Award.
Lot 2 - Remedial works
The Contractor providing best value, ranked number 1, from the initial tender results, will be awarded the Works for the first twenty-four months of the Framework. On occasion, if the value of the work is not clear or the Authority considers it necessary, it may decide to carry out a Mini Competition with all Framework Suppliers to ensure value for money.
Rankings will remain fixed for the first twenty four months (two years) of the framework. Thereafter, for years three and four - if the extension option is utilised - a Mini Competition (Annual Refresh) will be carried out for the commencement of year three. The ranking order on the framework may change after the Mini Competition (Annual Refresh) and it is anticipated that the prices and rankings will remain fixed for the second twenty four months (two years) of the framework.
At twelve monthly intervals during the initial term of the Framework, however, the Authority reserves the right to benchmark any Works Prices received from the rank 1 Contractor. Where necessary, the Authority may request Prices from the rank 2 and rank 3 Contractors to benchmark and confirm the Authority is getting continued value for money. After benchmarking, and if the Authority considers it necessary, the Authority will carry out a biannual Price refresh and the ranking order may change as detailed in the paragraph 'Mini Competition (Annual Refresh)'. Within years three and four, if the extension option is utilised, the Authority reserves the right to carry out benchmarking exercises every six months if appropriate.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
Lot 1. Surveying and Analysis Works
Lot 2. Legionella Remedial Services
As per tender documents
Technical ability conditions of participation
Lot 1. Surveying and Analysis Works
Lot 2. Legionella Remedial Services
As per tender documents
Particular suitability
Lot 1. Surveying and Analysis Works
Lot 2. Legionella Remedial Services
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
20 June 2025, 12:00pm
Tender submission deadline
26 June 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 August 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Price | Price criteria included in tender documents |
Price | 65% |
Quality | Quality criteria as per tender documents |
Quality | 35% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
http://www.open.org
OPEN portal for opportunity and link to tender documents
Technical specifications to be met
http://www.open.org
Contracting authority
North Tyneside Borough Council
- Public Procurement Organisation Number: PYBQ-4733-WWLW
Quadrant
North Tyneside
NE27 0BY
United Kingdom
Region: UKC22 - Tyneside
Organisation type: Public authority - sub-central government