Contract 94 - Legionella Surveying, Analysis and Remedial Works Framework

A Tender Notice
by NORTH TYNESIDE BOROUGH COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
2 year
Value
£500K
Sector
ENVIRONMENT
Published
22 May 2025
Delivery
01 Sep 2025 to 31 Aug 2027
Deadline
26 Jun 2025 11:00

Concepts

Location

Tyneside:

Geochart for 1 buyers and 0 suppliers

1 buyer

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

Lot Division

1 Surveying and Analysis Works
  • Value: £300K

The Contractor will be required to work to the current LCA standard for the delivery of consultancy services, including but not limited to: • Legionella Risk Assessments • Written Control Schemes • Gap Analysis • Building Specific Breakout Policy • Microbiological Testing • RIDDOR and Outbreak Event Guidance, if required • Temperature monitoring The Authority will provide a programme of works to the Contractor to be completed on a monthly basis. The Contractor will be responsible for making arrangements directly with the building users to gain access and complete the assessment. The Authority will then agree, at the pre start meeting, the date of the following month by which all reports and invoices shall be received. The Authority will then review the reports received and determine which remedial works should be carried out. The remedial works will be carried out by the successful contractor in Lot 2.

2 Legionella Remedial Services
  • Value: £200K

The Contractor will be required to carry out maintenance services in accordance including, but not limited to: • Systems containing hot and cold water services • Flushing • Temperature monitoring • Water sampling • Shower head cleans in accordance with the Authority's schedule • Tank inspections and cleans • TMV The Authority will contact the Contractor on a job-by-job basis and provide a copy of the LRA assessment completed, together with instructions on the remedial works to be completed and a timeframe for the completion of such works. Contractors should note that the Authority will not pay for site visits when a copy of the Legionella Risk Assessment identifying the required work has been provided. The Contractor must provide a quote in line with framework rates to the Authority within seven days for approval by the Authority. No work should be carried out before approval is given and a purchase order is raised. Whilst it is anticipated that most Works should be completed between 8.00am and 4.30pm, because of the nature of the Works the Authority requires the Contractor to be able to provide a 24 hour service. All works are to be fully completed on the first visit and invoiced the next working day following attendance, and the Contractor will be required to provide a written report and photographs of the Works completed. Waste transfer notes, if applicable, must also be provided with the payment application. The Authority will not accept part invoices for initial attendances and will only arrange payment once each raised job is completed. If the work cannot be completed, the Contractor shall provide an update including lead in times for any replacement parts required when providing the written report the working day following the initial attendance. The Contractor shall also provide a return date to complete the outstanding work. Any quote for follow up works should be sent within two working days of the initial attendance. Any re-call works shall be carried out free of charge to the Authority. If the Contractor does not complete the works within the agreed timescales the Authority reserves the right to recharge the Contractor or appoint an alternative Contractor. Where any Works outside the scope of the Specification are noted by the Contractor during the execution of the Contract, then this work shall be notified to the Authority in writing, prior to carrying out such work.

Renewal Options

2 x 12 month extensions available

Award Criteria

Quality Quality criteria as per tender documents
Price Price criteria included in tender documents

CPV Codes

  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90700000 - Environmental services

Indicators

  • Renewals are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. **

Reference

Domains