Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Services

Type

No. of Lots 3

Status Active

Published 8th Sep 2023

Tender Details
Referenceocds-h6vhtk-03fb56
Common Procurement VocabularyConsulting services for water-supply and waste-water other than for construction
Procurement MethodOpen procedure
Value£21,000,000
More Tenders »

Yorkshire and the Humber

Category Services

Type

No. of Lots 3

Status Active

Published 8th Sep 2023

Tender Details
Referenceocds-h6vhtk-03fb56
Common Procurement VocabularyConsulting services for water-supply and waste-water other than for construction
Procurement MethodOpen procedure
Value£21,000,000

Section I: Contracting authority

I.1) Name and addresses

The North Yorkshire Council

County Hall, Racecourse Lane,

Northallerton

DL7 8AD

Contact

Claire Bell

Email

claire.bell4 [at] northyorks.gov.uk

Telephone

+44 1609533450

Country

United Kingdom

NUTS code

UKE22 - North Yorkshire CC

National registration number

8867655

Internet address(es)

Main address

https://www.northyorks.gov.uk

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104117

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70090&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70090&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Water Hygiene: Risk Assessment, Monitoring and Works

Reference number

76022

II.1.2) Main CPV code

  • 90713100 - Consulting services for water-supply and waste-water other than for construction

II.1.3) Type of contract

Services

II.1.4) Short description

This contract is to provide Testing and Inspection, Planned Preventative Maintenance (PPM) and Planned Repair Works to ensure that all water systems under this agreement meet health & safety requirements and are maintained and inspected appropriately. Work must be carried out in accordance with appropriate British Standards, Approved codes of Practice and Manufacturers specifications.

II.1.5) Estimated total value

Value excluding VAT: £21,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

II.2.1) Title

Lot 1 - North

Lot No

1

II.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71610000 - Composition and purity testing and analysis services
  • 71631000 - Technical inspection services
  • 71700000 - Monitoring and control services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90921000 - Disinfecting and exterminating services

II.2.3) Place of performance

NUTS codes
  • UKE22 - North Yorkshire CC

II.2.4) Description of the procurement

The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.

Lot 1 services are to be delivered in the North of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £7,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

2 possible extensions of 2 years each

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 2 - East

Lot No

2

II.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71610000 - Composition and purity testing and analysis services
  • 71631000 - Technical inspection services
  • 71700000 - Monitoring and control services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90921000 - Disinfecting and exterminating services

II.2.3) Place of performance

NUTS codes
  • UKE22 - North Yorkshire CC

II.2.4) Description of the procurement

The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.

Lot 2 services are to be delivered in the East of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £7,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

2 possible extensions of 2 years each

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 3 - West

Lot No

3

II.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71610000 - Composition and purity testing and analysis services
  • 71631000 - Technical inspection services
  • 71700000 - Monitoring and control services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90921000 - Disinfecting and exterminating services

II.2.3) Place of performance

NUTS codes
  • UKE22 - North Yorkshire CC

II.2.4) Description of the procurement

The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.

Lot 3 services are to be delivered in the West of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £7,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

2 possible extensions of 2 years each

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

10 October 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 8 December 2023

IV.2.7) Conditions for opening of tenders

Date

10 October 2023

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

The Strand

London

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice