Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Works

Type

No. of Lots 1

Status Active

Published 8th Nov 2023

Tender Details
Referenceocds-h6vhtk-0416b4
Common Procurement VocabularyWater-treatment work
Procurement MethodOpen procedure
Value-
More Tenders »

Yorkshire and the Humber

Category Works

Type

No. of Lots 1

Status Active

Published 8th Nov 2023

Tender Details
Referenceocds-h6vhtk-0416b4
Common Procurement VocabularyWater-treatment work
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

City of Bradford Metropolitan District Council

Britannia House, Hall Ings

Bradford

BD1 1HX

Contact

Darren Briggs

Email

darren.briggs [at] bradford.gov.uk

Telephone

+44 01274434608

Country

United Kingdom

NUTS code

UKE41 - Bradford

National registration number

180808262

Internet address(es)

Main address

https://www.bradford.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103277

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=74398&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=74398&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 System Risk Assessments & Water Hygiene Monitoring

Reference number

CBMDC80259

II.1.2) Main CPV code

  • 45232430 - Water-treatment work

II.1.3) Type of contract

Works

II.1.4) Short description

The Council is seeking tenders from suitably qualified Water Hygiene contractors to provide the prevention, risk management and control of Legionella bacteria in water systems. This requires the undertaking of a monitoring programme of all Water Systems, regular reviewing and auditing of the risk assessment and the scheme of control and conducting new risk assessment as and when required to the Council, the Contract will be awarded to one Contractor.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 31161400 - Primary water systems
  • 90733000 - Services related to water pollution

II.2.3) Place of performance

NUTS codes
  • UKE41 - Bradford

II.2.4) Description of the procurement

The Council is seeking tenders from suitably qualified Water Hygiene contractors to provide the prevention, risk management and control of Legionella bacteria in water systems. This requires the undertaking of a monitoring programme of all Water Systems, regular reviewing and auditing of the risk assessment and the scheme of control and conducting new risk assessment as and when required to the Council, the Contract will be awarded to one Contractor.

II.2.5) Award criteria

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

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the contract will run from 1st April 2024 for an initial 3 years to 31st March 2027, after which the Council reserves the right to extend the contract for a further 2 x 1 year periods.

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

18 December 2023

Local time

4:00pm

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

English

IV.2.7) Conditions for opening of tenders

Date

18 December 2023

Local time

4:00pm


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

City of Bradford Metropolitan District Council

1st Floor, Britannia House, Hall Ings

Bradford

BD1 1HX

Country

United Kingdom

Internet address

https://www.bradford.gov.uk/

VI.4.2) Body responsible for mediation procedures

City of Bradford Metropolitan District Council

Bradford

Country

United Kingdom

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

City of Bradford Metropolitan District Council

Bradford

Country

United Kingdom