By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

13-017 Legionella Control Programme and Associated Works.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Rotherham MBC
Central Procurement Team, Resources, Riverside House, Main Street
For the attention of: Mr Richard Speight
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709255303
E-mail:
Fax: +44 1709376285

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
13-017 Legionella Control Programme and Associated Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: Rotherham.

NUTS code UKE3

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Rotherham MBC is inviting bids from qualified providers to supply Legionella Control Programme and associated Services, this will include;
- Compliance with the Legionella Control Programme ACOPG - L8 and any future legislation.
- Scheduled in Control Programme (Weekly, Monthly, Quarterly and Annually)
- Chlorine dioxide monitoring - Fortnightly
- Legionella - Sample Testing
- Risk Assessments (including schematic drawings)
- Remedial Work - Clean / Chlorination, Disinfection
- Consumables - Chemicals
- Schedule of Rates for the Control Programme, Call Outs and Labour Rates.
- Training Facilities (when required)
- Electronic System for the monitoring of the above with the ability for uploading of relevant information, evidence and documents and to analysis data.
Details will be supplied to the shortlisted suppliers within the Invitation to Tender document.
The current portfolio consists of 230 locations with an annual expenditure in the region of 120 000 GBP (the number of locations and expenditure cannot be guaranteed in any one year during the term of this contract.)
The contract will be awarded initially for a period of 1 year, this will be reviewed on a year by year basis subject to satisfactory provider performance and extended accordingly at the sole discretion of RMBC (maximum term of the agreement is 4 years)
Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Metropolitan Borough Council, one or more of the other 22 Local Authorities within the Yorkshire/Humber Region and all other Local Authorities in the United Kingdom (collectively described in this ITT where the context requires as "the Contracting Authorities”) may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.
Where any of the 22 Local Authorities within the Yorkshire/ Humber Region or other local authorities in the United Kingdom elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein”

The Contracting Authorities who will be entitled to call-off orders under the agreement are all of the local authorities in the United Kingdom, details of which can be found in the Municipal Yearbook published by Hemming Information Services, a division of the Hemming Group Limited, whose e-mail address is: .

II.1.5)Common procurement vocabulary (CPV)

24962000, 44161200, 44212233, 44611500, 45232430, 50000000, 38910000, 51230000, 71600000, 71631430, 71632000, 71632100

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
293435-2013 (2013-08-31)
IV.3.2)Previous publication(s) concerning the same contract
no

Section V: Award of contract

Contract No: 13-017 Lot title: Legionella Control Programme and Associated Works
V.1)Date of contract award decision:
4.2.2014
V.2)Information about offers
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Hertel Solutions Limited
Alton House Alton Business Park Alton Road Ross - on Wye Hertfordshire
HR9 5BP
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting

Section VI: Complementary information

VI.1)Information about European Union funds
VI.2)Additional information:
Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Metropolitan Borough Council, one or more of the other 22 Local Authorities within the Yorkshire/Humber Region and all other Local Authorities in the United Kingdom (collectively described in this ITT where the context requires as ‘the Contracting Authorities’) may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so.
Where any of the 22 Local Authorities within the Yorkshire/ Humber Region or other local authorities in the United Kingdom elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein.

The Contracting Authorities who will be entitled to call-off orders under the agreement are all of the local authorities in the United Kingdom, details of which can be found in the Municipal Yearbook published by Hemming Information Services, a division of the Hemming Group Limited, whose e-mail address is: .

VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Simon Bradley
Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

Body responsible for mediation procedures

Simon Bradley
Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Riverside House, Main Street, Rotherham, S60 1AE.
VI.3.3)Service from which information about the lodging of appeals may be obtained

Simon Bradley
Riverside House, Main Street
S60 1AE Rotherham
E-mail:

VI.4)Date of dispatch of this notice:
5.2.2014