Tender for Legionella and Water Hygiene Monitoring Services – Halifax
The specification covers legionella and water hygiene monitoring on the Council’s Asset List.
United Kingdom-Halifax: Sewage, refuse, cleaning and environmental services
2019/S 084-200599
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Town Hall, Crossley Street
Halifax
HX1 1UJ
United Kingdom
Contact person: Paul Davis
Telephone: +44 1422393182
E-mail: paul.davis@calderdale.gov.uk
NUTS code: UKE44
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Legionella and Water Hygiene Monitoring Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The specification covers legionella and water hygiene monitoring on the Council’s Asset List (as detailed in Appendix A). The contractor is required to put in place a programme to minimise risk and ensure the Council remains fully compliant with all statutory requirements. The asset list covers all Council premises where monitoring is currently carried out and is up to date at the time that this contract is being tendered.
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
The Borough Council of Calderdale.
II.2.4)Description of the procurement:
The contractor shall pay particular attention to the requirements of this specification and should point out at the time of the tender any deviation from, or inability to fully comply with its requirements.
Scope of works:
This specification covers legionella and water hygiene monitoring on the Council’s Asset List (as detailed in Appendix A). The contractor is required to put in place a programme to minimise risk and ensure the Council remains fully compliant with all statutory requirements. The asset list covers all Council premises where monitoring is currently carried out and is up to date at the time that this contract is being tendered.
The Council have completed risk assessments on all sites and are ongoing with remedial works/improvements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The above duration is for 36 months for the initial contract with an extension period up to 24 months.
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
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
These will be listed in the selection questionnaire and/or invitation to tender documentation available at www.yortender.co.uk
III.1.2)Economic and financial standing
These will be listed in the selection questionnaire and/or invitation to tender documentation available at www.yortender.co.uk
III.1.3)Technical and professional ability
These will be listed in the selection questionnaire and/or invitation to tender documentation available at www.yortender.co.uk
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.2.4)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.4.1)Review body
1 Oxford Road
Leeds
LS1 3BG
United Kingdom
Telephone: +44 1133062800
E-mail: administrativecourtoffice.leeds@hmcts.x.gsi.gov.uk
VI.5)Date of dispatch of this notice: