Published date: 26 January 2018
Last edited date: 26 January 2018
Awarded contract - This means that the contract has been awarded to a supplier.
Contract summary
Industry
Hygiene monitoring and testing equipment - 38910000
Technical inspection and testing services - 71630000
Hygiene services - 85142300
Cleaning and sanitation services - 90900000
Location of contract
Any region, East Midlands, East of England, London, South East
Value of contract
£100,000 to £5,000,000
Procurement reference
LGSS001-DN240208-40816424
Published date
26 January 2018
Closing date
30 June 2017
Contract start date
4 September 2017
Contract end date
3 September 2020
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
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 £100,000 and £5,000,000 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.
More information
Links
-
- http://ted.europa.eu/udl?uri=TED:NOTICE:198616-2017:TEXT:EN:HTML
- Tender notice
- Full OJEU Advert
Additional text
-
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
Award information
Awarded date
8 December 2017
Contract start date
1 January 2018
Contract end date
31 December 2020
Total value of contract
£300,000
This contract was awarded to 3 suppliers.
Biochemica Water Ltd
Address
Biochemica Water Ltd
Unit 4 Daimler Drive, Cowpen Lane Industrial Estate
Billingham,
TS23 4JDReference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
Additional details
-
Please note the Framework will commence from 1st January 2018
Churchill Contract Services Ltd
Address
Unit 1, 40 Coldharbour Lane,
Harpenden, Hertfordshire
AL5 4UNReference
None
Supplier is SME?
No
Supplier is VCSE?
Yes
Additional details
-
Please note the Framework will commence from 1st January 2018
Nemco Utilities
Address
Eldo House, Hillside Road, Suffolk Business Park,
Bury St Edmunds, Suffolk
IP32 7ARReference
None
Supplier is SME?
Yes
Supplier is VCSE?
No
Additional details
-
Please note the Framework will commence from 1st January 2018
About the buyer
Contact name
Shaun Lay
Address
Shire Hall
Castle Hill
Cambridge
CB3 0AP
United Kingdom
Telephone
+44 1223715354
shaun.lay@cambridgeshire.gov.uk
Website
Share this notice
Closing: 30 June 2017
All content is available under the
