Legionella and Water Hygiene Services Framework Cambridgeshire
LGSS Procurement on behalf the Authority wishes to appoint up to 3 providers for this Framework Agreement to provide Water Hygiene Services.
United Kingdom-Cambridge: Technical inspection and testing services
2017/S 100-198616
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Shire Hall, Castle Hill
Cambridge
CB3 0AP
United Kingdom
Contact person: Mr Shaun Lay
Telephone: +44 1223715354
E-mail: shaun.lay@cambridgeshire.gov.uk
NUTS code: UK
Internet address(es):Main address: http://www.cambridgeshire.gov.uk
Address of the buyer profile: http://www.cambridgeshire.gov.uk/info/20092/business_with_the_council/37/business_with_the_council/2
I.1)Name and addresses
County Hall, Guildhall Rd
Northampton
NN1 1ED
United Kingdom
E-mail: procurement@northamptonshire.gov.uk
NUTS code: UKF23Internet address(es):Main address: http://www.northamptonshire.gov.uk/Address of the buyer profile: http://www.northamptonshire.gov.uk/en/councilservices/Council/procurement/Pages/default.aspx
I.1)Name and addresses
Priory House
Shefford
SG17 5TQ
United Kingdom
E-mail: procurement@centralbedfordshire.gov.uk
NUTS code: UKH2Internet address(es):Main address: http://www.centralbedfordshire.gov.uk/Address of the buyer profile: http://in-tendhost.co.uk/centralbedfordshire
I.1)Name and addresses
The Guildhall, Market Hill
Cambridge
CB2 3QJ
United Kingdom
E-mail: procurement@cambridge.gov.uk
NUTS code: UKH12Internet address(es):Main address: www.cambridge.gov.ukAddress of the buyer profile: https://www.cambridge.gov.uk/tenders-and-contracts
I.1)Name and addresses
Civic Offices, 1 Saxon Gate East
Milton Keynes
MK9 3HG
United Kingdom
Telephone: +44 1908691691
E-mail: contracts@milton-keynes.gov.uk
NUTS code: UKJ12Internet address(es):Main address: http://www.milton-keynes.gov.ukAddress of the buyer profile: https://www.milton-keynes.gov.uk/business/tenders-and-contracts/tender-opportunities
I.1)Name and addresses
The Guildhall, St Giles Square
Northampton
NN1 1DE
United Kingdom
E-mail: procurement@northamptonshire.gov.uk
NUTS code: UKF23Internet address(es):Main address: http://www.northampton.gov.uk/Address of the buyer profile: http://www.northampton.gov.uk/info/200095/tenders_and_contracts
I.1)Name and addresses
The Guildhall, St Giles Square
Northampton
United Kingdom
E-mail: procurement@northamptonshire.gov.uk
NUTS code: UKF23Internet address(es):Main address: http://www.northamptonpartnershiphomes.org.uk/Address of the buyer profile: http://www.northamptonpartnershiphomes.org.uk/
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
CCC and LGSS Legionella and Water Hygiene Services Framework Agreement.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
LGSS Procurement on behalf the Authority wishes to appoint up to 3 providers for this framework agreement to provide Water Hygiene Services.
The framework will be for an initial period of 3 years with option to extend for 1 further year. Bodies accessing the framework shall be able to place Awards without re-opening competition and run further mini-completion using the methodologies outlined in the Invitation to Tender documentation.
The successful Providers shall provide Water Hygiene Risk Assessments and planned control measures, and may be given the option to price some additional control measures. Planned control measures will include chlorination’s and tank cleans, quarterly de-scales and bacterial monitoring and monthly temperature monitoring (where not undertaken directly by staff on the site).
Potential Providers are asked to note that TUPE maybe applicable.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Potential places of work are within but not limited (see ITT) to the geographical boundaries of East Anglia, East Midlands, South East England, Boroughs of London and members of CBC.
II.2.4)Description of the procurement:
The successful Providers shall provide Water Hygiene Risk Assessments and planned control measures, and may be given the option to price some additional control measures. Planned control measures will include chlorination’s and tank cleans, quarterly de-scales and bacterial monitoring and monthly temperature monitoring (where not undertaken directly by staff on the site).
The work for the framework agreement will be to a number of different property types including but not limited to; public administration offices, administration offices, libraries, day care centres, community centres, youth centres, residential and sheltered homes, children’s’ centres, farms, schools, transport depots and park and ride sites.
Other bodies accessing the framework are expected to have similar requirements or shall at least highlight any differences when accessing the framework.
It is essential that any Service Provider undertaking these works can demonstrate a separation between the Risk Assessment process and any control measures to ensure probity.
Potential Providers are also asked to note that shall also be expected to service properties owned or managed by client no matter where the geographical location, an example of this is that Northamptonshire County Council have a property on border of Wales (Longtown Outdoor Centre, Herefordshire). This type of properties being serviced are the exception rather then the rule but providers shall still be expected to deliver the services as asked for by a client accessing the Framework.
The Anticipated Estimated spend for this Framework Agreement is expected to be between 100 000 GBP and 5 000 000 GBP depending on the number of bodies accessing the Framework Agreement. The estimated spend figure for this framework is based on the potential usage for those expressing an interest but allowing sufficient spend should other eligible parties decide to utilise the framework. However no guarantees can be provided in regards to any use or potential spend.
It is currently the intention of the Cambridgeshire County Council and Northamptonshire County Council to award call-off contracts based on the ranking of the overarching framework for an initial period of three years with the option to extend for one further year.
As part of the procurement there shall be a window between Monday 12th June and Wednesday 14th June between 10:00 am and 4:00 pm on each day for providers to attend the Shire Hall site to allow for their submission to Method Statement 5. Full details are contained within the Invitation to Tender and all request for site visits on these dates must go via the LGSS Procurement Portal and this particular project to arrange a visit.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
All communication should in relation to any tender questions or site visits must be made via the LGSS Procurement Portal for this specific project.
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Authority is not dividing this procurement into lots as the current contract works well for the authority and the current Service Provider undertaking these works has delivered and demonstrated a clear separation between the Risk Assessment process and any control measures to ensure probity whilst at the same time delivery efficiencies.
This Framework is open to all of LGSS including:
— partners and other organisations delegating services and or functions to LGSS (currently Cambridgeshire County Council, Milton Keynes Council and Northamptonshire County Council, Norwich City Authority and Northampton Borough Council) who participate in LGSS’ shared services venture;
— new LGSS customers seeking to utilize LGSS frameworks on an independent third party basis.
— any city, district, borough or other local authority within the counties of any LGSS partner authority (currently Cambridgeshire County, the City of Milton Keynes and Northamptonshire County) including Northamptonshire Partnership Homes;
— any companies or organisations set up by participants in LGSS;
— any school, academy, university or other educational establishment within the counties of any LGSS partner authority (currently Cambridgeshire County, Northamptonshire County and Milton Keynes);
— other public bodies, schools academy and university as stated and identified in the OJEU within East Anglia, East Midlands, South East of England and all Boroughs of London. Please see below:
https://www.gov.uk/find-local-council
http://www.fire.org.uk/fire-brigades.html
http://www.education.gov.uk/edubase/home.xhtml;jsessionid=6EA220CC25EF75BD8A31A606B9D3A08D
— members of the local authority purchasing group and any schools within those boundaries, Central Buying Consortium (CBC). Further information about CBC can be found on the website address below:
http://www3.hants.gov.uk/cbc.htm
The organisations listed in this notice have expressed an interest in the framework or are partners and customers of LGSS and therefore have been named, however there is no obligation for them to join the framework at any time throughout the duration.
LGSS Procurement Portal is available here: https://procontract.due-north.com/Opportunities/
The Authorities have invested in an e-tendering tool in order to facilitate its tendering processes in a compliant and transparent manner. Potential Provider’s will need to register an account via the ‘LGSS eSourcing Portal’ at www.lgssprocurementportal.co.uk before being able to view the full ITT details.
VI.4.1)Review body
OCT1006, LGSS Procurement Shire Hall, Castle Hill
Cambridge
CB3 0AP
United Kingdom
Telephone: +44 1604366465
E-mail: pwhite@northamptonshire.gov.uk
VI.4.2)Body responsible for mediation procedures
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 20794776000Internet address:https://www.royalcourtofjustice.co.uk
VI.4.3)Review procedure
LGSS will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The duration of this standstill will be disclosed at this point. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be required from (Refer to address in part 1.1). If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages.
VI.4.4)Service from which information about the review procedure may be obtained
OCT1006, LGSS Procurement Shire Hall, Castle Hill
Cambridge
CB3 0AP
United Kingdom
Telephone: +44 1604366465
E-mail: pwhite@northamptonshire.gov.ukInternet address:http://www.lgss.co.uk/Services/Pages/ProcurementServices.aspx
VI.5)Date of dispatch of this notice:
Related Posts
Legionella Control and Water Management Framework – Welsh Government
Contractor Required for Water Safety Management Services
Legionella Control and Water Management – LHC Nationwide Framework Agreement
Tender Notice for Legionella Control and Water Management Across Scotland
Further and Higher Education Water Monitoring Framework