By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Water Treatment Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University of York
Heslington
Contact point(s): Procurement Office
For the attention of: Rob Allan (Procurement Category Manager)
YO10 5DD York
United Kingdom
Telephone: +44 1904328214
E-mail:

Internet address(es):

General address of the contracting authority: www.york.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/york/aspx/Home

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Water Treatment Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKE21

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 and 600 000 GBP
II.1.5)Short description of the contract or purchase(s)

Open tender to establish a Framework contract to provide water treatment services consisting of risk assessment work, Legionella and Pseudomonas testing and treatment, water sampling, treatment of water systems and tanks including secondary heating and plumbing systems. Further details can be found within the tender documents available to download from the In-Tend eTendering system; https://in-tendhost.co.uk/york/aspx/Home

II.1.6)Common procurement vocabulary (CPV)

45232430, 44621210, 24962000, 44161200, 44162500, 90713100, 44611500, 44163140, 45332200, 41110000, 45232151, 31161400, 39370000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Please read the tender documents.
Estimated value excluding VAT:
Range: between 1 and 600 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please refer to the pre-qualification document.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to the pre-qualification document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the pre-qualification document.
Minimum level(s) of standards possibly required: Please refer to the pre-qualification document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the pre-qualification document.
Minimum level(s) of standards possibly required:
Please refer to the pre-qualification document.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 9
Objective criteria for choosing the limited number of candidates: Contained within the PQQ document.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
UY/PROC/335
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 18.7.2016 - 11:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.7.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
29.7.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Will be re-tendered in either early 2018, 2019 or 2020 depending upon whether the University extends beyond the initial 2 years to a maximum of 4 years.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

The PQQ document is available to download and submit through the University's In-Tend eTendering system; https://in-tendhost.co.uk/york/aspx/Home

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals

Precise information on deadline(s) for lodging appeals: The University will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the University before the contract is entered into. All such communications shall be via the correspondence function in the University's eTendering portal:https://in-tendhost.co.uk/york/aspx/Home

VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
15.6.2016

Other interesting websites