Section one: Contracting authority
one.1) Name and addresses
Cambridgeshire County Council
New Shire Hall, Alconbury Weald
Huntingdon
PE28 4YE
Contact
Procurement
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
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