Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
Contact
James Bennett
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