Provision of a suitable contractor to conduct Legionella Risk Assessments, Water Testing, Sampling, and Maintenance in Council Properties< Retu

Award

Value

£320,000

Suppliers

Classifications

  • Services related to water pollution

Tags

  • award

Submission Deadline

4 months ago

Published

2 months ago

Description

Chesterfield Borough Council has a requirement for a Contractor to carry out Water Management Services ( Legionella Control) who will be suitably qualified and registered with the Legionella Control Association and have a wealth of experience to undertake the works required. The contract will be for an initial 4 years with 4 subsequent annual extension options available. The price of the contract will be fixed for the initial 4 year contract and then can be varied at each annual extension. Both the Council and the supplier have the option to terminate the contract at each annual extension.\r
\r
The successful Contractors will be expected to conduct Water Management services to domestic and commercial properties typically consisting of a mixture of domestic housing stock, bungalows, blocks of flats, and sheltered housing schemes as well as communal buildings, corporate buildings, works depots and any other building owned and/or managed by the council .

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Bypass the hassle of outdated portals.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

Supply of Multiparameter Water Quality Instruments

The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome Any questions, requests to participate or tender submissions must be submitted electronically via this portal. We require a new Call-Off Contract for the supply of multi-parameter instruments in order to equip the Environment Agency with the best evidence gathering instruments available. Future equipment must require substantially less maintenance than previously required, have a longer working life and help create cost savings in future years. The Call-Off Contract is to be split into three Lots. One supplier is to be appointed for each lot, and will be the sole supplier for that lot. The same supplier could be appointed to one or all lots. Preference would be given to the supplier that can provide all three Lots. • Lot 1 will be for the purchase of: Multi-Parameter Hand Held Water Quality Instruments • Lot 2 will be for the purchase of: Multi-Parameter Deployable Water Quality Instruments estuarine and fresh water use • Lot 3 will be for the purchase of: Multi-Parameter deployable for marine use The Call-Off Contract is to be awarded for 3 years with the option to extend for 2 additional 12 month periods. The Prices will be those detailed in the pricelist as submitted in the tender. The Prices will be fixed for the duration of the Contract (3 years) and any agreed extension (2 years), until the Contract ends. The Agency will retain the option to purchase upgrades throughout the term of the agreement and these upgrades should be at the same, if not lower prices as those tendered. This tender will be conducted as an Open Procedure as governed by the Public Contracting Regulations 2015 This is a single stage procedure and no negotiation is permitted. The buyer may clarify any assumptions prior to making a final award decision.

EA

Published 1 week ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete