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

2 years 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

Compliance Services

Norwich City Council ((NCC) is seeking to appoint a single contractor to deliver a long-term Compliance Services Contract covering (but not restricted to) statutory inspection, testing, servicing, maintenance, repairs and associated upgrades across its housing stock and communal areas. The scope of services will include, but is not limited to, emergency and communal lighting, fire alarms and detection systems, automatic opening vents, warden call systems, domestic flat entrance door inspections, lateral and rising mains, access control systems, high-rise building ventilation, lightning protection, cold water storage tanks, dry risers, legionella risk assessments, and refuse chute cleaning. NCC reserve the right to include other relevant and appropriate services to this Contract at any time during the term. The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years using the JCT MTC (2024) form of Contract with a schedule of amendments, and will be awarded to a single Contractor. The estimated total contract value is £35.1 million inclusive of VAT. The procurement will be conducted under the Open Procedure in line with the Procurement Act 2023 and associated Procurement Regulations 2024, and the contract will be awarded on the basis of the Most Advantageous Tender, using a 60/40 quality to price weighting. The primary CPV code for this procurement is 50710000 (Repair and maintenance services of electrical and mechanical building installations), with additional relevant CPV codes covering specialist workstreams including legionella risk assessments, refuse chute cleaning, fire alarm systems, electrical installations and mechanical engineering works. The services are to be delivered across Norwich and the wider Norfolk area. NCC reserve the right to cancel the procurement and not to proceed with the Contract at any stage of the procurement process. NCC also reserves the right not to award the Contract. Neither NCC nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the Contract.

Katy Reed

Published 4 weeks ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete