Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Derbyshire County Council
County Hall
Contact point(s): County Procurement
For the attention of: Andrew Ayling
DE4 3AH Matlock
UNITED KINGDOM
Telephone: +44 1629536804
E-mail:
Fax: +44 1629536866
Internet address(es):
General address of the contracting authority: www.derbyshire.gov.uk www.sourcederbyshire.co.uk
Further information can be obtained from: Derbyshire County Council
County Hall, Derbyshire
Contact point(s): County Property Division
For the attention of: Alan Clifton
Matlock
UNITED KINGDOM
Telephone: +44 1629536871
E-mail:
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 authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:The provision of a legionella control service.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKF1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)The provision of legionella control service.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The work comprises of the annual monitoring service and inspection of the plant and any repairs arising from this service inspection testing for the prevention of legionella at the establishments within the charge of the Council in the area indicated in the schedule of locations as detailed in the tender documents.
Estimated value excluding VAT:
Range: between 800 000 and 1 000 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The initial contract is for a 2 year period with an option to extend for a further 2 years.
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion Starting 1.9.2012. Completion 31.8.2014
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:As detailed in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:As detailed in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:It is a condition of performing the contract that joint and serverable liability is required.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
Minimum level(s) of standards possibly required: As detailed in the tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the tender documents.
Minimum level(s) of standards possibly required:
As detailed in the tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:CP2644
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 11.6.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate25.6.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tendersDate: 25.6.2012
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Senior Officer of the Council.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresDerbyshire County Council
County Hall
DE4 3AH Matlock
UNITED KINGDOM
E-mail:
Telephone: +44 1629536804
Internet address: www.derbyshire.gov.uk www.sourcederbyshire.co.uk
Fax: +44 1629536866
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Derbyshire County Council will operate a minimum 10 (or 15 calendar day if non-electronic or fax methods used) standstill period at the point information on the award of the contract is communicated to the relevant economic operators. Debriefing by the Council shall be in accordance with the Public Contracts Regulation 2006 (as amended) (the Regulations). Such information should be requested from the addressee in Section 1.1. If an appeal regarding the award of the contract has not been successfully resolved the Regulations provide for the aggrieved parties who are of the opinion that they have been harmed or are at risk of harm by a breach of the Regulations, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:15.5.2012