Contract for the Control of Legionella Bacteria – Durham
This contract is for Control of Legionella Bacteria in Water Services for Durham County Council.
United Kingdom-Durham: Water-treatment work
2017/S 021-035270
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Corporate Procurement, County Hall
Durham
DH1 5UL
United Kingdom
E-mail: helen.holmes@durham.gov.uk
NUTS code: UKC14
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Contract for the Control of Legionella Bacteria in Water Systems.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This contract is for the control of Legionella Bacteria in Water Services for Durham County Council.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
County Durham.
II.2.4)Description of the procurement:
This contract is for Control of Legionella Bacteria in Water Services for Durham County Council (‘DCC’). Direct Services (Regeneration and Local Services) approach to the control of Legionella bacteria adopts fully the procedures laid down in The Approved Code of Practice ‘L8’. A Risk Assessment of all DCC and non DCC establishments, to which the duty extends, is undertaken by a ‘Legionella Control Association’ (LCA) approved contractor, once in every 2 year period, with all information disseminated onto a central data base system, held for a minimum period of 2 years. On submission of the assessment and once the risk has been identified and assessed a written scheme is prepared for preventing or controlling it. The risk from exposure is controlled by measures which do not allow the proliferation of legionella bacteria in the system and reduces exposure to water droplets and aerosol.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Further extension of 24 months may be available.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Durham
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Eastern Procurement Compliance Framework
Water Testing Services Contract Lancashire
Fusion 21 Compliance and Facilities Management Framework
Legionella Risk Assessment and Water Hygiene Services Contract Essex