Tender

Legionella Risk Assessment & Water Temperature Monitoring

  • Lancashire County Council

F02: Contract notice

Notice identifier: 2021/S 000-029128

Procurement identifier (OCID): ocds-h6vhtk-02f937

Published 23 November 2021, 11:18am



The closing date and time has been changed to:

11 January 2022, 10:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Lancashire County Council

Fishergate

Preston

PR18XJ

Contact

James Bennett

Email

casprocurement@lancashire.gov.uk

Telephone

+44 17725539970

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://www.lancashire.gov.uk/isupplier/

Buyer's address

https://www.lancashire.gov.uk/isupplier/

one.3) Communication

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

https://www.lancashire.gov.uk/isupplier/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.lancashire.gov.uk/isupplier/

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

Legionella Risk Assessment & Water Temperature Monitoring

Reference number

JB/CAS/LCC/21/1223

two.1.2) Main CPV code

  • 71630000 - Technical inspection and testing services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of legionella risk assessment (Contract A and B) and water temperature monitoring (Contract C and D)

two.1.5) Estimated total value

Value excluding VAT: £4,423,082

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers bidding for Legionella Risk Assessment must bid for both Contracts A (North) and B (South), they must provide a preference in case they are successful in both lots.

Tenderers bidding for Water Temperature Monitoring must bid for both Contracts C (North) and D (South), they must provide a preference in case they are successful in both lots.

The same tenderer can not be successful for both Contract A or C (North), nor can the same tenderer be successful for both Contract B or D (South). The same tenderer can be successful in Contracts A and D or B and C.

two.2) Description

two.2.1) Title

Provision of legionella risk assessment (Contract A)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Refer to the tender documentation for more information

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: Yes

Description of options

This contract is a two years with the option to extend multiple times and for various durations but up to a maximum of a further two years (four years in total)

two.2) Description

two.2.1) Title

Provision of legionella risk assessment (Contract B)

Lot No

2

two.2.2) Additional CPV code(s)

  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Refer to the tender documentation for more information

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: Yes

Description of options

This contract is a two years with the option to extend multiple times and for various durations but up to a maximum of a further two years (four years in total)

two.2) Description

two.2.1) Title

Water temperature monitoring (Contract C)

Lot No

3

two.2.2) Additional CPV code(s)

  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Refer to the tender documentation for more information

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: Yes

Description of options

This contract is a two years with the option to extend multiple times and for various durations but up to a maximum of a further two years (four years in total)

two.2) Description

two.2.1) Title

Water temperature monitoring (Contract D)

Lot No

4

two.2.2) Additional CPV code(s)

  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Refer to the tender documentation for more information

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: Yes

Description of options

This contract is a two years with the option to extend multiple times and for various durations but up to a maximum of a further two years (four years in total)


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

Refer to the tender documentation for more information

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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

21 December 2021

Local time

10:00am

Changed to:

Date

11 January 2022

Local time

10:00am

See the change notice.

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

four.2.7) Conditions for opening of tenders

Date

21 December 2021

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Lancashire County Council

County Hall

Preston

PR1 0LD

Country

United Kingdom