Contract 94 - Legionella Surveying, Analysis and Remedial Works Framework

Open

Buyers

Value

£500,000

Classifications

  • Sewage, refuse, cleaning and environmental services
  • Environmental services

Tags

  • tender

Submission Deadline

1 month from now

Published

20 hours ago

Description

North Tyneside Council (the 'Authority') is seeking tenders to enter into a framework agreement (Framework) for the delivery of Legionella surveying and analysis and Legionella remedial works its non-residential buildings (hereinafter referred to as the Works). 
The nature of the non-residential premises will include, but not be limited to, education premises, commercial premises and public buildings. These premises may be owned and operated by the Authority, their business partners and private enterprises. The Buildings are all located within the Borough of North Tyneside and their opening hours will vary due to the nature of their operation. Any restrictions and access to premises will be advised at the point of notification by the Authority and their representatives.
The Contractor should ensure that they have adequate resources to meet the needs of the Contract, where the majority of planned works at educational premises will be scheduled to be undertaken during school holiday periods. 
For the purposes of the CDM regulations 2015, generally North Tyneside Council (the Authority) will act as Principal Contractor. The Authorised Officer is the Authority staff member or representative, authorised to request works to be undertaken with the terms of the Contract.
There are 2 lots under this framework. Lot 1 - Surveying and Analysis Works, Lot 2 - Remedial Works

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Bypass the hassle of outdated portals.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

Septic Tank and PTP upgrade: opportunity mapping & modelling

Natural England are exploring the use of replacing inefficient septic tanks and package treatment plants (PTPs) with PTPs that have a higher treatment efficiency for phosphorus and nitrogen to improve water quality in up to 27 catchments. The anticipated catchments are detailed in a table in the Annex. For each catchment, we require estimates of the following:   Scale of opportunity: The scale of opportunity (in units) of upgrading inefficient septic tanks and PTPs in each catchment. This will need to be mapped using GI software.  Nutrient reduction: The potential nutrient reduction achieved (in kg/TP and kg/TN) for phosphorus and/or nitrogen depending on the NN catchment from replacing inefficient septic tanks and PTPs with more efficient PTPs.  Cost: The cost of delivering replacement PTPs and septic tanks at-scale.   In addition to the estimates above, the following deliverables are required:   Methodologies: Will need to be developed based on Natural England's existing methods and in consultation with Natural England and created using national datasets.   Datasets & code: Natural England will need the ability to run the model independently once the commission is complete. Any datasets and code used to create the methodology, estimates and mapping will need to be made available to NE upon completion.  Technical reports: The decided upon methodology will need to be written into a report to ensure it is reproducible by others. This should highlight any uncertainties where they arise.   These deliverables will need to be managed and administered by Natural England once the project is complete and are likely to be amended and updated over time. 

Katy Reed

Published 20 hours ago
Open

Septic Tank and PTP upgrade: opportunity mapping & modelling

Natural England are exploring the use of replacing inefficient septic tanks and package treatment plants (PTPs) with PTPs that have a higher treatment efficiency for phosphorus and nitrogen to improve water quality in up to 27 catchments. The anticipated catchments are detailed in a table in the Annex. For each catchment, we require estimates of the following:   Scale of opportunity: The scale of opportunity (in units) of upgrading inefficient septic tanks and PTPs in each catchment. This will need to be mapped using GI software.  Nutrient reduction: The potential nutrient reduction achieved (in kg/TP and kg/TN) for phosphorus and/or nitrogen depending on the NN catchment from replacing inefficient septic tanks and PTPs with more efficient PTPs.  Cost: The cost of delivering replacement PTPs and septic tanks at-scale.   In addition to the estimates above, the following deliverables are required:   Methodologies: Will need to be developed based on Natural England's existing methods and in consultation with Natural England and created using national datasets.   Datasets & code: Natural England will need the ability to run the model independently once the commission is complete. Any datasets and code used to create the methodology, estimates and mapping will need to be made available to NE upon completion.  Technical reports: The decided upon methodology will need to be written into a report to ensure it is reproducible by others. This should highlight any uncertainties where they arise.   These deliverables will need to be managed and administered by Natural England once the project is complete and are likely to be amended and updated over time. 

Katy Reed

Published 20 hours ago
Open

Bulky Waste Service

Bulky Waste Service is a bulky household items collection service, which includes re-use, recycling and recovery of collected items, operating across Fylde and Wyre. We are looking to appoint a single supplier to provide the management and delivery of the Bulky Waste Service, on behalf of Fylde Council and Wyre Borough Council. The successful supplier will operate an appointment system for the collection of bulky items and collection dates, including a choice of am/pm and evening collections in a 3 hour time zone, via the supplier's ordering system which will be capable of interfacing with council customer service IT and call handling systems. The service shall as a minimum be provided Monday to Saturday, with at least one evening and weekend slot available within each Local Authority area. The service provider will not be required to provide the service on Bank Holidays, nationally proclaimed holidays, nor between Christmas Day and New Years Day (inclusive). The Service Provider shall organise the service such that it is capable of meeting the Fylde Council and Wyre Council's service requests to ensure no customer waits longer than 10 working days (unless requested by the customer). The Service Provider must provide enough resource to handle, as a minimum, 6,450 collections per annum across the two Authorities operating 6 days per week including 2 evenings and a Saturday. Fylde Council and Wyre Council wish to appoint a Service Provider who can clearly demonstrate the ability to meet our requirements and who offers the most advantageous tender. It is anticipated that the contract term will be from 1 October 2025 to 30 Sept 2029, with the option to extend for a period of 1 year (subject to contract review and budget availability).

Katy Reed

Published 20 hours ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete