Notice Information
Notice Title
CCC and LGSS Legionella and Water Hygiene Services Framework Agreement
Notice Description
Please see OJEU Advert link in Section 5 for full details of requirements. 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 three years with option to extend for one 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. 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 agremment 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 PS100,000 and PS5,000,000 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. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.lgssprocurementportal.co.uk Tenders or requests to participate must be submitted electronically via the LGSS procurement portal which available at: :http://www.lgssprocurementportal.co.uk DN240208 Date: 30/06/2017 Local time: 12:00/Midday
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-d749cde0-6190-4750-bee3-d6efcd3296a8
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/cf7cd0de-5d1e-4c0f-b8ad-b8e0b2ad06a4
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
71 - Architectural, construction, engineering and inspection services
85 - Health and social work services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
38910000 - Hygiene monitoring and testing equipment
71630000 - Technical inspection and testing services
85142300 - Hygiene services
90900000 - Cleaning and sanitation services
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- £300,000 £100K-£500K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Jan 20188 years ago
- Submission Deadline
- 30 Jun 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 8 Dec 20178 years ago
- Contract Period
- 1 Jan 2018 - 31 Dec 2020 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LGSS
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- CAMBRIDGE
- Postcode
- CB3 0AP
- Post Town
- Cambridge
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH4 Cambridgeshire and Peterborough
- Small Region (ITL 3)
- TLH42 Cambridgeshire CC
- Delivery Location
- TLF East Midlands (England), TLI London, TLJ South East (England)
-
- Local Authority
- Cambridge
- Electoral Ward
- Castle
- Westminster Constituency
- Cambridge
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/cf7cd0de-5d1e-4c0f-b8ad-b8e0b2ad06a4
26th May 2017 - Opportunity notice on Contracts Finder -
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-d749cde0-6190-4750-bee3-d6efcd3296a8-2018-01-26T08:49:52Z",
"date": "2018-01-26T08:49:52Z",
"ocid": "ocds-b5fd17-d749cde0-6190-4750-bee3-d6efcd3296a8",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "LGSS001-DN240208-40816424",
"title": "CCC and LGSS Legionella and Water Hygiene Services Framework Agreement",
"description": "Please see OJEU Advert link in Section 5 for full details of requirements. 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 three years with option to extend for one 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. 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 agremment 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 PS100,000 and PS5,000,000 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. Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.lgssprocurementportal.co.uk Tenders or requests to participate must be submitted electronically via the LGSS procurement portal which available at: :http://www.lgssprocurementportal.co.uk DN240208 Date: 30/06/2017 Local time: 12:00/Midday",
"datePublished": "2017-05-26T08:30:32+01:00",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "38910000",
"description": "Hygiene monitoring and testing equipment"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "85142300",
"description": "Hygiene services"
},
{
"scheme": "CPV",
"id": "90900000",
"description": "Cleaning and sanitation services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"region": "East Midlands",
"countryName": "United Kingdom"
},
{
"region": "East of England",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "South East",
"countryName": "United Kingdom"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"region": "East Midlands",
"countryName": "United Kingdom"
},
{
"region": "East of England",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 100000,
"currency": "GBP"
},
"value": {
"amount": 5000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2017-06-30T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2017-09-04T00:00:00+01:00",
"endDate": "2020-09-03T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/cf7cd0de-5d1e-4c0f-b8ad-b8e0b2ad06a4",
"datePublished": "2017-05-26T08:30:32+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Full OJEU Advert",
"url": "http://ted.europa.eu/udl?uri=TED:NOTICE:198616-2017:TEXT:EN:HTML"
}
]
},
"parties": [
{
"id": "GB-CFS-51980",
"name": "LGSS",
"identifier": {
"legalName": "LGSS"
},
"address": {
"streetAddress": "Shire Hall, Castle Hill",
"locality": "Cambridge",
"postalCode": "CB3 0AP",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Shaun Lay",
"email": "shaun.lay@cambridgeshire.gov.uk",
"telephone": "+44 1223715354"
},
"details": {
"url": "http://www.lgssprocurementportal.co.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-77167",
"name": "Biochemica Water Ltd",
"identifier": {
"legalName": "Biochemica Water Ltd"
},
"address": {
"streetAddress": "Biochemica Water Ltd Unit 4 Daimler Drive, Cowpen Lane Industrial Estate Billingham, TS23 4JD"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-77168",
"name": "Churchill Contract Services Ltd",
"identifier": {
"legalName": "Churchill Contract Services Ltd"
},
"address": {
"streetAddress": "Unit 1, 40 Coldharbour Lane, Harpenden, Hertfordshire AL5 4UN"
},
"details": {
"scale": "large",
"vcse": true
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-77169",
"name": "Nemco Utilities",
"identifier": {
"legalName": "Nemco Utilities"
},
"address": {
"streetAddress": "Eldo House, Hillside Road, Suffolk Business Park, Bury St Edmunds, Suffolk IP32 7AR"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-51980",
"name": "LGSS"
},
"awards": [
{
"id": "ocds-b5fd17-d749cde0-6190-4750-bee3-d6efcd3296a8-1",
"status": "active",
"date": "2017-12-08T00:00:00Z",
"datePublished": "2018-01-26T08:49:52Z",
"value": {
"amount": 300000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-77167",
"name": "Biochemica Water Ltd"
},
{
"id": "GB-CFS-77168",
"name": "Churchill Contract Services Ltd"
},
{
"id": "GB-CFS-77169",
"name": "Nemco Utilities"
}
],
"contractPeriod": {
"startDate": "2018-01-01T00:00:00Z",
"endDate": "2020-12-31T23:59:59Z"
},
"description": "Biochemica Water Ltd: Please note the Framework will commence from 1st January 2018 Churchill Contract Services Ltd: Please note the Framework will commence from 1st January 2018 Nemco Utilities: Please note the Framework will commence from 1st January 2018",
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/cf7cd0de-5d1e-4c0f-b8ad-b8e0b2ad06a4",
"datePublished": "2018-01-26T08:49:52Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Full OJEU Advert",
"url": "http://ted.europa.eu/udl?uri=TED:NOTICE:198616-2017:TEXT:EN:HTML"
}
]
}
]
}