Section one: Contracting authority
one.1) Name and addresses
Durham County Council
County Hall
DURHAM
DH15UQ
Country
United Kingdom
Region code
UKC14 - Durham CC
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main 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
Framework for Control of Legionella Bacteria in Water Systems
Reference number
DN673623
two.1.2) Main CPV code
- 90714500 - Environmental quality control services
two.1.3) Type of contract
Services
two.1.4) Short description
This Framework Agreement is for the provision of Control of Legionella Bacteria in Water systems in all Durham County Council sites and Educational and External client buildings within County Durham and also other additional premises within the North East Region. This Framework contract will cover approximately 520 establishments including educational establishments and external client buildings.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £1,300,000 / Highest offer: £1,400,000 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 71630000 - Technical inspection and testing services
two.2.3) Place of performance
NUTS codes
- UKC14 - Durham CC
two.2.4) Description of the procurement
This Framework Agreement is for the provision of Control of Legionella Bacteria in Water systems in all Durham County Council sites and Educational and External client buildings within County Durham and also other additional premises within the North East Region. This Framework contract will cover approximately 520 establishments including educational establishments and external client buildings
two.2.5) Award criteria
Quality criterion - Name: Quality Technical Questions / Weighting: 50
Quality criterion - Name: TOMS Social Value / Weighting: 10
Price - Weighting: 40
two.2.11) Information about options
Options: No
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-018452
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 September 2023
five.2.2) Information about tenders
Number of tenders received: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Integrated Water Services Ltd
Bristol
Country
United Kingdom
NUTS code
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Companies House
05283349
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,400,000
Total value of the contract/lot: £1,400,000
Section five. Award of contract
Contract No
2nd placed provider on Framework held in reserve
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 September 2023
five.2.2) Information about tenders
Number of tenders received: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Waterman Environmental Services Ltd
Aqua House, Europa Way, Britannia Enterprise Park, Lichfield, Staffordshire, WS14 9TZ
Lichfield
Country
United Kingdom
NUTS code
- UKG2 - Shropshire and Staffordshire
Companies House
06200292
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1,300,000 / Highest offer: £1,400,000 taken into consideration
Section six. Complementary information
six.3) Additional information
IWS ranked 1st on Framework Agreement.
Waterman ranked 2nd placed on Framework Agreement and held as a reserve provider.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales Strand London WC2A 2LL, Staffordshire, WS14 9TZ
London
Country
United Kingdom