Legionella Risk Assessments for Knowsley Council
Legionella Risk Assessments and Water Hygiene Maintenance Services for Knowsley.
United Kingdom-Liverpool: Technical testing, analysis and consultancy services
2016/S 043-071161
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Knowsley Council
2nd Floor, Municipal Building, Archway Road, Huyton
For the attention of: Ms Kelly Black
L36 9YU Liverpool
UNITED KINGDOM
Telephone: +44 1514434938
E-mail: kelly.black@knowsley.gov.uk
Internet address(es):
General address of the contracting authority: http://www.knowsley.gov.uk
Address of the buyer profile: https://www.the-chest.org.uk
Electronic access to information: https://www.the-chest.org.uk
Electronic submission of tenders and requests to participate: https://www.the-chest.org.uk
Further information can be obtained from: Knowsley Council
2nd Floor, Municipal Building, Archway Road
For the attention of: Ms Kelly Black
L36 9YU Huyton
UNITED KINGDOM
Telephone: +44 1514434938
E-mail: kelly.black@knowsley.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Knowsley Council
2nd Floor, Municipal Building, Archway Road
For the attention of: Ms Kelly Black
L36 9YU Huyton
UNITED KINGDOM
Telephone: +44 1514434938
E-mail: kelly.black@knowsley.gov.uk
Tenders or requests to participate must be sent to: Knowsley Council
2nd Floor, Municipal Building, Archway Road
For the attention of: Ms Kelly Black
L36 9YU Huyton
UNITED KINGDOM
Telephone: +44 1514434938
E-mail: kelly.black@knowsley.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Council reserves the right to add or remove properties to the contracted list as and when required, should a new property be acquired or an existing property be sold/demolished respectively. In such circumstances the value of the contract will be adjusted up or down proportionally.
The Contractor will be required to provide services in accordance with the minimum standards (including any revisions) defined in:-
a) Health and Safety Executive’s Approved Code of Practice (ACOP) L8 ‘The Control of Legionella Bacteria in Water Systems’.
b) HSG 274 Legionnaires’ disease parts 1 to 3.
c) Health and Safety at Work Act 1974.
d) Management of Health and Safety at Work Regulations 1999.
e) Control of Substances Hazardous to Health Regulations 2002.
f) The Workplace (Health, Safety and Welfare) Regulations 1992.
g) Water Supply (Water Fittings) Regulations 1999.
together with all relevant and current British and European Standards and Statutory or Regulatory Codes of Practice or industry guidance (BSRIA, CIBSE, WMsoc, etc).
The Council is seeking to appoint a single contractor to undertake direct delivery of the services required under the terms of this tender.
II.1.6)Common procurement vocabulary (CPV)
71600000, 71000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 380 000 and 400 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As detailed in the ITT.
III.2.3)Technical capacity
As detailed in the ITT.
Minimum level(s) of standards possibly required:
As detailed in the ITT.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: As detailed in the ITT.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: