Tender

21132 Legionella and Water Hygiene Services Framework Agreement

  • Cambridgeshire County Council
  • Peterborough City Council

F02: Contract notice

Notice identifier: 2021/S 000-027792

Procurement identifier (OCID): ocds-h6vhtk-02f3fd

Published 5 November 2021, 10:53am



Section one: Contracting authority

one.1) Name and addresses

Cambridgeshire County Council

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

Contact

Procurement

Email

Procurement2@cambridgeshire.gov.uk

Telephone

+44 1223715353

Country

United Kingdom

NUTS code

UKH - East of England

Internet address(es)

Main address

https://procontract.due-north.com/Login

Buyer's address

https://procontract.due-north.com/Login

one.1) Name and addresses

Peterborough City Council

Bridge Street

Peterborough

PE1 1HF

Contact

Procurement team

Email

Procurement2@cambridgeshire.gov.uk

Country

United Kingdom

NUTS code

UKH - East of England

Internet address(es)

Main address

https://procontract.due-north.com/Login

Buyer's address

https://procontract.due-north.com/Login

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/Login

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/Login

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

21132 Legionella and Water Hygiene Services Framework Agreement

Reference number

DN578874

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 Legionella and Water Hygiene Services Framework agreement split into three (3) separate Lots 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

Lot 2 - Water Hygiene Risk Assessment services - up to three(3) Contractors will be appointed

Lot 3 - Planned Control works - up to three(3) Contractors will be appointed

The services will be required to be delivered throughout the county of Cambridgeshire and its surrounding counties.

two.1.5) Estimated total value

Value excluding VAT: £600,000

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

Lot 1 - Water Hygiene Monitoring services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71700000 - Monitoring and control services
  • 90711500 - Environmental monitoring other than for construction

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Lot 2 - Risk Assessment and training services

Lot No

2

two.2.2) Additional CPV code(s)

  • 71317000 - Hazard protection and control consultancy services
  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

for the provision of Legionella and water hygiene risk assessment and training services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Lot 3 - Planned Control works

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

For the provision for all potential Planned Control works for Water Hygiene

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All bidders must be or working to obtain accreditation in a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP). please visit www.ssip.org.uk

Bidders must be registered with the Legionella Control Association or equivalent bodies.

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

6 December 2021

Local time

11:55am

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

6 December 2021

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 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