Tender

23002 Water Hygiene monitoring services

  • Cambridgeshire County Council
  • Peterborough City Council

F02: Contract notice

Notice identifier: 2023/S 000-025518

Procurement identifier (OCID): ocds-h6vhtk-03f834

Published 30 August 2023, 5:06pm



Section one: Contracting authority

one.1) Name and addresses

Cambridgeshire County Council

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

Contact

Procurement & Commercial Team

Email

procurementandcommercial@cambridgeshire.gov.uk

Telephone

+44 7468859827

Country

United Kingdom

Region code

UKH - East of England

Internet address(es)

Main address

https://www.cambridgeshire.gov.uk/

Buyer's address

https://www.cambridgeshire.gov.uk/

one.1) Name and addresses

Peterborough City Council

Bridge street

Peterborough

PE1 1HF

Contact

Procurement & Commercial Team

Email

procurementandcommercial@cambridgeshire.gov.uk

Country

United Kingdom

Region code

UKH - East of England

Internet address(es)

Main address

https://procontract.due-north.com/Home/About

Buyer's address

https://www.peterborough.gov.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=801ad557-8345-ee11-8124-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=801ad557-8345-ee11-8124-005056b64545

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

23002 Water Hygiene monitoring services

Reference number

DN649753

two.1.2) Main CPV code

  • 71700000 - Monitoring and control services

two.1.3) Type of contract

Services

two.1.4) Short description

Cambridgeshire County Council wishes to create a Water Hygiene Monitoring & Descaling Services Framework agreement split into One (1) Lot to cover all areas required.

The Lots are divided into the following

Lot 1 Water Hygiene Monitoring services - up to one(1) Contractor will be appointed

The services will be required to be delivered throughout the county of Cambridgeshire and

its surrounding counties.

The option to price some additional control measures may be given. Planned control measures will include, but not limited to, chlorination and tank cleans quarterly de-scales and bacterial monitoring and monthly temperature monitoring (where not undertaken directly by staff on the site).

two.1.5) Estimated total value

Value excluding VAT: £450,000

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

Monitoring & Descaling services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71700000 - Monitoring and control services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

To deliver Water hygiene monitoring and descaling services

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: £450,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Framework agreement can be extended by a further 12 months.

all call off contracts can only be awarded to a maximum of 24 months beyond the end of the Framework term.

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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

this will not exceed 4 years

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

29 September 2023

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: 180 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

29 September 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Court of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

CEDR

70 Fleet Street

London

EC4Y 1EU

Telephone

+44 0275366000

Country

United Kingdom