Water Hygiene Risk Assessment Surveys
Water Systems Risk Assessment and supplementary the Sampling and Microbiological Analysis of Swimming Pool Water.
United Kingdom-Warwick: Risk or hazard assessment other than for construction
2016/S 047-077346
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Shire Hall
Warwick
CV34 4RP
UNITED KINGDOM
Contact person: Strategic Procurement
Telephone: +44 1926412147
E-mail: procurement@warwickshire.gov.uk
NUTS code: UKG13Internet address(es):Main address: http://www.warwickshire.gov.uk
Address of the buyer profile: http://www.warwickshire.gov.uk/procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Water Systems Risk Assessment and supplementary the Sampling and Microbiological Analysis of Swimming Pool Water.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The provision of Water Hygiene Risk Assessment surveys to the Authority’s buildings and properties it has Landlord responsibility for and to Schools who may use the service.
The schedule of servicing this portfolio is based on a 2 year rolling programme allowing for the entire programme to complete 2 cycles should the contract run its maximum duration.
The Contract start date is 1.5.2016 with an initial expiry date of 30.4.2018.
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
Mainly within the County of Warwickshire but with potential for work outside county boundaries. Services will be required in and around buildings where the authority has Landlord Responsibilities.
II.2.4)Description of the procurement:
The exercise will follow a Open Procedure, including a Business Questionnaire, Mandatory requirement levels and a MEAT evaluation criteria.
The contract will have an initial term of 2 years with the ability to extend the contract by variable durations to a maximum of 24 further months. For clarity, the maximum duration this contract will run for is 48 months.
Tender documentation will include the Authority’s requirements and the schedule of buildings currently on the Authority’s asset list. This list is subject to change during the life of the contract. As this is a Framework Agreement, no guarantee to the level of work is provided.
The Authority will be using its E-tendering system (CSW-JETS) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is https://in-tendhost.co.uk/csw-jets/aspx/Home Registration and use of CSW-JETS is free. All correspondence for this procurement process must be via the correspondence function. However, if you are unable to register with the website please either email: procurement@warwickshire.gov.uk or call +44 1926734980.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract will be for an initial 2 year period with the option to extend for up to an additional 24 months. Maximum Contract duration of 48 months.
II.2.10)Information about variants
II.2.11)Information about options
The Contract will be for an initial 2 year period with the option to extend for up to an additional 24 months. Maximum Contract duration of 48 months.
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority will be using their E-tendering system (CSW-JETS) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is https://in-tendhost.co.uk/csw-jets/aspx/Home Registration and use of CSW-JETS is free. All correspondence for this procurement process must be via the correspondence function.
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
Requirements as stated in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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
The Authority’s premises.
The opening procedure will be carried out by responsible Officers and Agents to the Authority.
The closing date and time will be calculated using the system clock within the E-tendering portal. Following the passing of the deadline time, officers will be able to commence opening procedures.
Section VI: Complementary information
VI.1)Information about recurrence
February 2020.
VI.4.1)Review body
Warwick
UNITED KINGDOM
VI.5)Date of dispatch of this notice: