loading
  • GB-CB3 0AP Cambridge
  • 30.06.2017
  • Ausschreibung
  • (ID 2-266339)

CCC and LGSS Legionella and Water Hygiene Services Framework Agreement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 30.06.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-CB3 0AP Cambridge
    TED Dokumenten-Nr. 198616-2017

  • Anzeigentext Ausschreibung

    maximieren

    • 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
      LGSS Procurment on behalf of Cambridgeshire County Council
      Shire Hall, Castle Hill
      Cambridge
      CB3 0AP
      United Kingdom
      Contact person: Mr Shaun Lay
      Telephone: +44 1223715354
      E-mail: MjE4YVZPY1wcWk9nLlFPW1BgV1JVU2FWV2BTHFVdZBxjWQ==
      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
      Northamptonshire County Council
      County Hall, Guildhall Rd
      Northampton
      NN1 1ED
      United Kingdom
      E-mail: MjEyZGZjV2lmWWFZYmg0YmNmaFxVYWRoY2JnXF1mWSJbY2oiaV8=
      NUTS code: UKF23

      Internet 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
      Central Bedfordshire Council
      Priory House
      Shefford
      SG17 5TQ
      United Kingdom
      E-mail: MTRsbmtfcW5haWFqcDxfYWpwbl1oXmFgYmtuYG9kZW5hKmNrcipxZw==
      NUTS code: UKH2

      Internet 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
      Cambridge City Council
      The Guildhall, Market Hill
      Cambridge
      CB2 3QJ
      United Kingdom
      E-mail: MTFvcW5idHFkbGRtcz9iYGxhcWhjZmQtZm51LXRq
      NUTS code: UKH12

      Internet address(es):

      Main address: www.cambridge.gov.uk

      Address of the buyer profile: https://www.cambridge.gov.uk/tenders-and-contracts

      I.1)Name and addresses
      Milton Keynes Council
      Civic Offices, 1 Saxon Gate East
      Milton Keynes
      MK9 3HG
      United Kingdom
      Telephone: +44 1908691691
      E-mail: MTVeamlvbVxeb247aGRnb2ppKGZgdGlgbilianEpcGY=
      NUTS code: UKJ12

      Internet address(es):

      Main address: http://www.milton-keynes.gov.uk

      Address of the buyer profile: https://www.milton-keynes.gov.uk/business/tenders-and-contracts/tender-opportunities

      I.1)Name and addresses
      Northampton Borough Council
      The Guildhall, St Giles Square
      Northampton
      NN1 1DE
      United Kingdom
      E-mail: MjExZWdkWGpnWmJaY2k1Y2RnaV1WYmVpZGNoXV5nWiNcZGsjamA=
      NUTS code: UKF23

      Internet 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
      Northampton Partnership Homes
      The Guildhall, St Giles Square
      Northampton
      United Kingdom
      E-mail: MjE0YmRhVWdkV19XYGYyYGFkZlpTX2JmYWBlWltkVyBZYWggZ10=
      NUTS code: UKF23

      Internet address(es):

      Main address: http://www.northamptonpartnershiphomes.org.uk/

      Address of the buyer profile: http://www.northamptonpartnershiphomes.org.uk/

      I.2)Joint procurement
      The contract involves joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.lgssprocurementportal.co.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://www.lgssprocurementportal.co.uk
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      CCC and LGSS Legionella and Water Hygiene Services Framework Agreement.

       

      Reference number: DN240208
      II.1.2)Main CPV code
      71630000
      II.1.3)Type of contract
      Services
      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.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      38910000
      85142300
      90900000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or 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
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      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

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      III.1.3)Technical and professional ability
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 3
      In the case of framework agreements, provide justification for any duration exceeding 4 years: Not Applicable.
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 30/06/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 30/06/2017
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      VI.2)Information about electronic workflows
      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

      https://www.police.uk/forces/

      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)Procedures for review
      VI.4.1)Review body
      Mr P White
      OCT1006, LGSS Procurement Shire Hall, Castle Hill
      Cambridge
      CB3 0AP
      United Kingdom
      Telephone: +44 1604366465
      E-mail: MjE4XmVWV2JTLlxdYGJWT1teYl1cYVZXYFMcVV1kHGNZ
      VI.4.2)Body responsible for mediation procedures
      Royal Courts of Justice
      The Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 20794776000

      Internet address:https://www.royalcourtofjustice.co.uk

      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      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
      Mr P White
      OCT1006, LGSS Procurement Shire Hall, Castle Hill
      Cambridge
      CB3 0AP
      United Kingdom
      Telephone: +44 1604366465
      E-mail: MjEzY2pbXGdYM2FiZWdbVGBjZ2JhZltcZVghWmJpIWhe

      Internet address:http://www.lgss.co.uk/Services/Pages/ProcurementServices.aspx

      VI.5)Date of dispatch of this notice:
      23/05/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 26.05.2017
Zuletzt aktualisiert 26.05.2017
Wettbewerbs-ID 2-266339 Status Kostenpflichtig
Seitenaufrufe 42