Contract notice

Information

Published

Expire date: 10/10/2023

External Reference: 2023-549130

FTS Reference: 2023-026679

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

The North Yorkshire Council
8867655
County Hall, Racecourse Lane,
Northallerton
DL7 8AD
UK
Contact person: Claire Bell
Telephone: +44 1609533450
NUTS code:  UKE22 -  North Yorkshire CC
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70090&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Water Hygiene: Risk Assessment, Monitoring and Works
Reference number:  76022
II.1.2)

Main CPV code

90713100  -  Consulting services for water-supply and waste-water other than for construction
II.1.3)

Type of contract

Services
II.1.4)

Short description

This contract is to provide Testing and Inspection, Planned Preventative Maintenance (PPM) and Planned Repair Works to ensure that all water systems under this agreement meet health & safety requirements and are maintained and inspected appropriately. Work must be carried out in accordance with appropriate British Standards, Approved codes of Practice and Manufacturers specifications.
II.1.5)

Estimated total value

Value excluding VAT: 21000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

Lot 1 - North
Lot No:  1
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71600000  -  Technical testing, analysis and consultancy services
71610000  -  Composition and purity testing and analysis services
71631000  -  Technical inspection services
71700000  -  Monitoring and control services
90711100  -  Risk or hazard assessment other than for construction
90921000  -  Disinfecting and exterminating services
II.2.3)

Place of performance

NUTS code:  UKE22 -  North Yorkshire CC
II.2.4)

Description of the procurement

The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.
Lot 1 services are to be delivered in the North of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
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

Value excluding VAT: 7000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2024  /  End: 31/03/2027
This contract is subject to renewal: yes
Description of renewals:  
2 possible extensions of 2 years each
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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)

Description

II.2.1)

Title

Lot 2 - East
Lot No:  2
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71600000  -  Technical testing, analysis and consultancy services
71610000  -  Composition and purity testing and analysis services
71631000  -  Technical inspection services
71700000  -  Monitoring and control services
90711100  -  Risk or hazard assessment other than for construction
90921000  -  Disinfecting and exterminating services
II.2.3)

Place of performance

NUTS code:  UKE22 -  North Yorkshire CC
II.2.4)

Description of the procurement

The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.
Lot 2 services are to be delivered in the East of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
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

Value excluding VAT: 7000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2024  /  End: 31/03/2027
This contract is subject to renewal: yes
Description of renewals:  
2 possible extensions of 2 years each
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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)

Description

II.2.1)

Title

Lot 3 - West
Lot No:  3
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71600000  -  Technical testing, analysis and consultancy services
71610000  -  Composition and purity testing and analysis services
71631000  -  Technical inspection services
71700000  -  Monitoring and control services
90711100  -  Risk or hazard assessment other than for construction
90921000  -  Disinfecting and exterminating services
II.2.3)

Place of performance

NUTS code:  UKE22 -  North Yorkshire CC
II.2.4)

Description of the procurement

The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.
Lot 3 services are to be delivered in the West of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
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

Value excluding VAT: 7000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2024  /  End: 31/03/2027
This contract is subject to renewal: yes
Description of renewals:  
2 possible extensions of 2 years each
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/10/2023
Local time:  12:00
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

Tender must be valid until:  08/12/2023
IV.2.7)

Conditions for opening of tenders

Date:  10/10/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
UK

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.4)

Service from which information about the review procedure may be obtained

The Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000