198_25 Water System Risk Assessment and Water Hygiene Monitoring Services
Buyers
Value
£10,000,000
Suppliers
- AIRBORNE ENVIRONMENTAL CONSULTANTS LIMITED
- AQUA ALLIES LTD
- Churchill Contract Services Limited
- ENVIRISK LTD
- Environtec Limited
- Feedwater Limited
- Graham Asset Management Limited
- HCS Water Treatment Ltd
- HEALTHY BUILDINGS (IRELAND) LIMITED (T/A HBE)
- HSL Compliance Ltd
- Integrated Water Services Limited
- Life Environmental Services Limited
- Mitie Technical Facilities Management Limited
- OHS Limited
- PH WATER TECHNOLOGIES LIMITED
- Rock Compliance Limited
- SGS United Kingdom Limited
- SMS Environmental Limited
- Second Element Limited
- Severn Trent Services Operations UK Limited
- TECS SPECIALIST WATER LIMITED
- Total Environmental Compliance Limited
- Urban Environments Limited
- Water Hygiene Centre Limited
Classifications
- Health and safety services
Tags
- award
Submission Deadline
4 months ago
Published
3 weeks ago
Description
ESPO has established a framework agreement with service providers for the provision of water system risk assessment and water hygiene monitoring services. Lot 1 - Water System Risk Assessment Services Lot 2 - Water Hygiene Monitoring Services Lot 3 - Water System Risk Assessment and Water Hygiene Monitoring Services (Combined Service) The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated includes the option period. ESPO shall monitor the financial stability of the awarded Service Providers during the period of the Framework Agreement by reference to credit ratings agency reports. ESPO shall obtain a credit score (determined by the use of a credit rating agency) for the Service Provider on or before the Framework start date as a base score and where a significant change in the credit score is identified over the life of the Framework, ESPO reserves the right to investigate the reasons for this significant change. Depending on the severity of the changes, it will be at the sole discretion of ESPO to suspend or even permanently remove the Service Provider from the Framework. ESPO shall monitor the Service Providers' performance against the set framework key performance indicators. MI and rebate to be collected six-monthly. Additional information: As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal. ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself. Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only. An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
Similar Contracts
AI Bid Assistant
Our AI-powered tool to help you create winning bids is coming soon!
Organisation
Place & Environment Procurement Team
Timeline complete
Complete