Tender for Legionella and Water Hygiene Management – Birmingham
Lot 1: Legionella and Water Hygiene Risk Assessment, Review, Audit and Consultancy Services.
United Kingdom-Birmingham: Consulting services for water-supply and waste consultancy
2020/S 078-185509
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: PO Box 17212, Louisa House, 92-93 Edward Street
Town: Birmingham
NUTS code: UKG31
Postal code: B2 2AQ
Country: United Kingdom
Contact person: Corporate Procurement Services
E-mail: etendering@birmingham.gov.uk
Telephone: +44 1214648000
Fax: +44 1213037322
Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
A001 — Framework Agreement for the Provision of Legionella and Water Hygiene Management and Control Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Acivico Ltd wishes to establish a framework agreement for the provision of Legionella and Water Hygiene management and control services. The framework will be available for use by Acivico Ltd in order to support its operations within the West Midlands and Birmingham Area. The framework agreement will last for 4 years. The framework agreement will be split into 2 lots as follows:
Lot 1: Legionella and Water Hygiene Risk Assessment, Review, Audit and Consultancy Services;
Lot 2: Legionella and Water Hygiene Control and Maintenance Services The framework agreement will be awarded to one supplier for lot 1 and up to 3 suppliers for lot 2. Lot 2 will then be split in to two call-off contracts covering non-housing and housing and awarded in line with the direct call-off/further competition procedures as described in the framework agreement. Suppliers can tender for one or both lots but can only be appointed to one lot.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Legionella and Water Hygiene Risk Assessment, Review, Audit and Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Midlands and Birmingham Area.
II.2.4)Description of the procurement:
Legionella and Water Hygiene Risk Assessment, Review, Audit and Consultancy Services.
II.2.5)Award criteria
II.2.6)Estimated value
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
II.2.1)Title:
Legionella and Water Hygiene Control and Maintenance Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Midlands and Birmingham Area.
II.2.4)Description of the procurement:
Legionella and Water Hygiene Control and Maintenance Services.
II.2.5)Award criteria
II.2.6)Estimated value
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
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Details will be provided in the tender documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Details will be provided in the tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Does not exceed 4 years
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Please note TUPE will apply to this contract and all tendered rates will be deemed to have taken account of the TUPE information provided. The TUPE information will be released to you upon receipt of a signed copy of Appendix 4- A001 TUPE Confidentiality Agreement. You are advised to fill this in as soon as possible on receipt and return via https://in-tendhost.co.uk/birminghamcc via the correspondence function. Successful tenderers appointed to the framework are not guaranteed any works unless and until a call-off contract is awarded in accordance with framework procedures for call-off as set out in schedule 2 framework agreement. However, the intention will be to directly award a call-off contract for the lot 1 services to the successful lot 1 supplier. In the case of lot 2, up to 3 suppliers will be appointed to the framework but only two call-off contracts will be awarded split between the non-housing and housing service requirements. These will be awarded in accordance with the procedures for direct award or further competition set out in the framework agreement. The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register which will enable you to download all relevant Invitation to Tender (ITT) documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: cps@birmingham.gov.uk or call CPS Helpdesk on 0121 464 8000. Your completed tender submission should be returned by 12:00 noon on 18th May 2020 via the ‘In-tend’ system https://in-tendhost.co.uk/birminghamcc
VI.4.1)Review body
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477882
VI.4.3)Review procedure
VI.5)Date of dispatch of this notice: