Control & Prevention of Legionella

Complete

Value

£700,000

Classifications

  • Consulting services for water-supply and waste-water other than for construction
  • Hygiene monitoring and testing equipment
  • Contamination-monitoring devices

Tags

  • tender

Submission Deadline

1 year ago

Published

2 years ago

Description

Contract requirements
This tender process is for participation in the Contract for control of Legionella 2023-2026 and associated equipment in sites throughout
Dumfries and Galloway.
Works will include and not be restricted to the Control & Prevention of Legionella and HSG & ACOP.
The contractor shall ensure that Dumfries & Galloway Council are compliant at all times, however not restricted to both HSG274 and L8
ACOP and as a Condition of this Contract, the Contractor accepts the responsibility at all times to ensure Compliance is being upheld.
All works should be undertaken in a manner that promotes best practice by suitably qualified and competent person and in compliance with
BS 7671. All persons carrying out work during this contract must be suitably qualified and in possession of relevant current up to date
training certification and must submit copies of qualifications, training record, certificates of competence etc with their Tender submission.
The contractor is required to be fully trained, competent and experienced in the field of Legionella Control. Clear evidence of training and
competency must be submitted at tender stage within the returning procurement documentation and that training can be certified to
individual groups
Contractors will provide the provision of a Cloud Based Recording & Monitoring System (CBRMS) and client licences. The provision of
the facility to upload all previous information supplied by others (Incumbent Contractor) and not restricted to recording alterations,
adjustments, and monitoring of all works. To ensure compliance of Dumfries and Galloway Council.
Access to all sections of the (CBRMS) in line with the information stored so as to provide compliance shall be available through licences
for all stakeholders. All (CBRMS) costs and licences shall be within the returning rates of this document and at no extra cost whatsoever to
this contract.
The Contract will be let as one geographical area
There is attached a Schedule of Rates where individual prices shall be submitted in providing Dumfries and Galloway assurances that all
works shall be carried out under current Health and Safety Legislation.
Orders for this contract will be issued on one of four timescales, which must be adhered to, these being:-
A1 - Immediate
A2 - 2 Working Days
A3 – 7 working Days
A4 – 30 Days
Attendance under these timescales will be measured and used to Calculate KPI’s within this contact, which will be discussed at regular
progress meetings. Continued failure to attend within these timescales could result in a breach of contract.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Regional Estates Solutions Framework Agreement

Purpose This is a Regional Estate Solution Framework is designed to streamline estate planning, management, and infrastructure development regional health and regional public sector organisations, including NHS Trusts, local authorities and all public sector body. It provides a structured procurement mechanism to ensure cost efficiency, sustainability, and compliance with public sector regulations. This Framework Agreement will focus on the South and South-East Region of the UK, with the aim to set up a regionalised Estates Minor Works and Maintenance solution for the Public Sector bodies within this area. Lot Structure The Regional Estate Solution Framework is divided into the following 6 key Lots. Lot 1: Consultancy Services: Lot 2: Property & Building Management Systems Lot 3: Minor Works and Maintenance Sub-lot No Sub-lot Name 3A Air Handling Units, Filters, Ventilation & Extraction 3B Asbestos Removal/Treatment 3C Boilers & Associated Plant (install & maintain) 3D Brick And Blockwork 3E Building (General) 3F Building (Hospital) 3G Building Management Systems & Automatic Control Systems 3H Cleaning and Site Clearance 3I Cooling & Refrigeration – Chillers Condensers & Split A/Cs 3J Curtain Wall 3K Demolition Work 3L Doors 3M Drainage 3N Fencing and Gates 3O Fire Protection Sprinklers + Fire Protection-Smoke Vents (Automatic)+ Fire Systems – Fire Alarm Systems, Smoke/ Heat Detection Systems, Sprinkler Systems, Extinguishers & Hose Reels (Hospital) 3P Flooring (General) 3Q Glazing 3R Joinery and Partition 3S Landscaping 3T Painting & Decorating (General) 3U Plastering 3V Plumbing 3W Road Maintenance (Minor Works) 3X Roofing 3Y Scaffolding 3Z Wall and Floor Tiling 3AA Water Systems – Servicing, Legionella Testing, Thermostatic Mixing Valves, Water Hygiene & Associated Plant 3AB Windows (PVCU) 3AC Mould & Damp Lot 4: Mechanical & Electrical Services Sub-lot No Sub-lot Name 4a Electrical Installation & Maintenance Services 4b Emergency Lighting & Power 4c Lifts, Escalators and Conveyance Systems 4d Medical Gas Pipeline & Equipment Maintenance 4e Portable Appliance Testing & Fixed Wire Testing 4f Security, Access Control, Intruder & CCTV Systems 4g UPS & Generators Lot 5: Medical & Specialist Equipment/Services Lot 6: Managed Service:

Katy Reed

Published 1 month ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete