Notice Information
Notice Title
Undertaking Water Risk Assessments for Legionella on NNR Buildings
Notice Description
Natural England manages their NNR buildings estate in-house without the benefit of a facilities management company such as Interserve. On occasions we need to buy in expertise to ensure we keep our buildings compliant with various aspects of legislation. In the past we have bought in services to carry out Fire Risk Assessments and Asbestos Management Surveys. At the end of the last F/Y we commissioned Mott MacDonald working with Hydrop to carry out Water Risk Assessments on a sample of our NNR buildings. We have an additional 31 buildings, spread across 22 workbases for which we have no relevant information. We are therefore not compliant with The Control of Legionella bacteria in water systems - Approved Code of Practice & Guidance on Regulations:2013. Water Risk Assessments and Reviews for the sites named - A suitable and sufficient assessment in accordance with the HSE's Approved Code of Practice L8 is required to identify and assess the risk of exposure to legionella bacteria from work activities and water systems on the premises and any necessary precautionary measures. The assessment will include identification and evaluation of potential sources of risk and: - the particular means by which exposure to legionella bacteria is to be prevented; or - if prevention is not reasonably practicable, the particular means by which the risk from exposure to legionella bacteria is to be controlled. Additional information: Please note that Defra procurement uses e-tendering, provided by Bravosolutions. In order to access the Bravo system you will need to be registered. Could I therefore request that you register on the Bravo portal for Defra. If you're already registered on the Bravo portal please check that your registration includes Defra, as you have to specify us in order to correctly receive the tender documents. If you have any problems with the registration process, please contact the Bravo helpline on 0800 368 4850 or alternatively email them at help@bravosolution.co.uk. The link you require for new registration/amendments to registrations is - https://defra.bravosolution.co.uk
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-ef897455-8f54-4be2-94f6-21f34cc9fa5b
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/a8808c36-9e3e-4c4d-808a-541b88b20e8b
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
31161400 - Primary water systems
44112000 - Miscellaneous building structures
45261420 - Waterproofing work
45262640 - Environmental improvement works
71313410 - Risk or hazard assessment for construction
Notice Value(s)
- Tender Value
- £21,700 Under £100K
- Lots Value
- Not specified
- Awards Value
- £21,700 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Aug 20178 years ago
- Submission Deadline
- 14 Jul 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Aug 20178 years ago
- Contract Period
- 15 Aug 2017 - 27 Oct 2017 1-6 months
- 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
- DEFRA NETWORK ETENDERING PORTAL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- PETERBOROUGH
- Postcode
- PE1 1NG
- Post Town
- Peterborough
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH4 Cambridgeshire and Peterborough
- Small Region (ITL 3)
- TLH41 Peterborough
- Delivery Location
- Not specified
-
- Local Authority
- Peterborough
- Electoral Ward
- Central
- Westminster Constituency
- Peterborough
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/a8808c36-9e3e-4c4d-808a-541b88b20e8b
10th August 2017 - Awarded contract 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-ef897455-8f54-4be2-94f6-21f34cc9fa5b-2017-08-10T20:25:54+01:00",
"date": "2017-08-10T20:25:54+01:00",
"ocid": "ocds-b5fd17-ef897455-8f54-4be2-94f6-21f34cc9fa5b",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_124944/604434",
"title": "Undertaking Water Risk Assessments for Legionella on NNR Buildings",
"description": "Natural England manages their NNR buildings estate in-house without the benefit of a facilities management company such as Interserve. On occasions we need to buy in expertise to ensure we keep our buildings compliant with various aspects of legislation. In the past we have bought in services to carry out Fire Risk Assessments and Asbestos Management Surveys. At the end of the last F/Y we commissioned Mott MacDonald working with Hydrop to carry out Water Risk Assessments on a sample of our NNR buildings. We have an additional 31 buildings, spread across 22 workbases for which we have no relevant information. We are therefore not compliant with The Control of Legionella bacteria in water systems - Approved Code of Practice & Guidance on Regulations:2013. Water Risk Assessments and Reviews for the sites named - A suitable and sufficient assessment in accordance with the HSE's Approved Code of Practice L8 is required to identify and assess the risk of exposure to legionella bacteria from work activities and water systems on the premises and any necessary precautionary measures. The assessment will include identification and evaluation of potential sources of risk and: - the particular means by which exposure to legionella bacteria is to be prevented; or - if prevention is not reasonably practicable, the particular means by which the risk from exposure to legionella bacteria is to be controlled. Additional information: Please note that Defra procurement uses e-tendering, provided by Bravosolutions. In order to access the Bravo system you will need to be registered. Could I therefore request that you register on the Bravo portal for Defra. If you're already registered on the Bravo portal please check that your registration includes Defra, as you have to specify us in order to correctly receive the tender documents. If you have any problems with the registration process, please contact the Bravo helpline on 0800 368 4850 or alternatively email them at help@bravosolution.co.uk. The link you require for new registration/amendments to registrations is - https://defra.bravosolution.co.uk",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "31161400",
"description": "Primary water systems"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44112000",
"description": "Miscellaneous building structures"
},
{
"scheme": "CPV",
"id": "45261420",
"description": "Waterproofing work"
},
{
"scheme": "CPV",
"id": "45262640",
"description": "Environmental improvement works"
},
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
}
],
"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"
}
]
}
],
"value": {
"amount": 21700,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2017-07-14T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2017-08-16T00:00:00+01:00",
"endDate": "2017-10-27T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "works"
},
"parties": [
{
"id": "GB-CFS-38197",
"name": "Defra Network eTendering Portal",
"identifier": {
"legalName": "Defra Network eTendering Portal"
},
"address": {
"streetAddress": "Natural England",
"locality": "Peterborough",
"postalCode": "PE1 1NG",
"countryName": "England"
},
"contactPoint": {
"email": "Supplier.enquiries@naturalengland.org.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-57489",
"name": "Mott MacDonald Ltd",
"identifier": {
"legalName": "Mott MacDonald Ltd"
},
"address": {
"streetAddress": "Fitzalan House, Fitzalan Road, Cardiff, South Glamorgan, CF24 0EL, UNITED KINGDOM"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-38197",
"name": "Defra Network eTendering Portal"
},
"awards": [
{
"id": "ocds-b5fd17-ef897455-8f54-4be2-94f6-21f34cc9fa5b-1",
"status": "active",
"date": "2017-08-08T00:00:00+01:00",
"datePublished": "2017-08-10T20:25:54+01:00",
"value": {
"amount": 21700,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-57489",
"name": "Mott MacDonald Ltd"
}
],
"contractPeriod": {
"startDate": "2017-08-16T00:00:00+01:00",
"endDate": "2017-10-27T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a8808c36-9e3e-4c4d-808a-541b88b20e8b",
"datePublished": "2017-08-10T20:25:54+01:00",
"format": "text/html",
"language": "en"
}
]
}
]
}