Communal Water Services Contract London
Risk assessments, water testing and treatment for the prevention of Legionella at specified locations.
United Kingdom-London: Water-treatment work
2016/S 231-421056
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Woolwich Centre, 35 Wellington Street
London
SE16 6HQ
United Kingdom
Contact person: Hazel Walton
Telephone: +44 2074098969
E-mail: hwalton@savills.com
NUTS code: UKI1
I.3)Communication
Woolwich Centre, 35 Wellington Street
London
SE16 6HQ
United Kingdom
Contact person: Hazel Walton
Telephone: +44 2074098969
E-mail: hwalton@savills.com
NUTS code: UKI1
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Communal Water Services Contract.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A long term contract for the servicing and maintenance of communal water tanks to keep them clean, hygienic, in good order and specifically for conducting risk assessments, water testing and treatment for the prevention of Legionella at specified locations across the Borough; all in accordance with HSE L8 Guidance, The Water Supply (Water Fittings) Regulations, 1999 and all relevant British and European Standards and Codes of Practice.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various social housing blocks in the areas of Greenwich, Greenwich Peninsula, Charlton, Plumstead, Kidbrooke, Eltham, Woolwich, Thamesmead and Abbey Wood in South East London.
II.2.4)Description of the procurement:
The Royal Borough of Greenwich (the ‘Authority’) is seeking expressions of interest from suitably qualified and experienced service providers to enter into a long-term partnering arrangement for the delivery of a range of water hygiene and treatment services (the ‘Services’) to its residential housing stock comprising approximately 26 000 properties of which approximately 3 000 are leasehold. The Authority intends to enter into a Term Contract under a bespoke form of TPC2005 (2013 version) with a single service provider for an initial term of 5 years extendable at the Authority’s sole discretion by a further 5 years up to a maximum of 10 years. The Services are in relation to the servicing and maintenance of communal water tanks to keep them clean, hygienic, in good order and specifically for conducting risk assessments, water testing and treatment for the prevention of Legionella at specified locations across the Royal Borough; all in accordance with HSE L8 Guidance, The Water Supply (Water Fittings) Regulations, 1999 and all relevant British and European Standards Codes of Practice. The Services include for the replacement of selected water tanks and associated services, some conversion of blocks to mains water operation and a 24/7 responsive repairs service attending to any water leaks and system breakdowns. In that regard, the Contract will be for a range of water treatment and associated services. Specifically, the services include:
Water Hygiene
Risk Assessments
Regular monitoring of hot and cold water systems
Temperature checks, inspections, samples and chlorination of communal water systems
Monitoring for Legionella in hot and cold water storage systems
Maintenance and replacement where required of water storage tanks
Conversion of selected blocks from tank fed water supply to mains water operation
Provision of a 24/7 responsive repairs service to water services and systems.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Applicants will be required to complete a Selection Questionnaire (‘SQ’) consistent with The Public Contracts Directive (2014/24/EU). The criteria for choosing the number of candidates will be set out in the SQ. The SQ is available from the email address given at I.2 and must be returned by the date stipulated at section IV.2.2 to the address provided in the Questionnaire.
II.2.10)Information about variants
II.2.11)Information about options
The Contract will be awarded for an initial period of five (5) years extendable at the Authority’s sole discretion for one further period of five years up to a maximum of ten (10) years. Please note the Contract Value quoted is for the initial 5 year term.
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority wishes to support people who are in unemployed and small and medium enterprises to ensure that there is specific capacity to deliver the service it requires and promote sustainability through its procurement. Therefore this contract may contain community benefit clauses as allowed within Regulations 67 and 70 of the Public Contracts Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Applicants will be required to complete a Selection Questionnaire (‘SQ’) consistent with The Public Contracts Directive (2014/24/EU). Suitability to pursue the professional activity required are set out in the SQ. The SQ is available from the email address given at I.2 and must be returned by the date stipulated at section IV.2.2 to the address provided in the Questionnaire.
III.1.2)Economic and financial standing
Applicants will be required to complete a Suppliers Questionnaire consistent with The Public Contracts Directive (2014/24/EU). Details of economic and financial standing are set out in the SQ. The SQ is available from the email address given at I.2 and must be returned by the date stipulated at section IV.2.2 to the address provided in the Questionnaire.
The minimum turnover requirement for economic operators applying for the contract is an average annual turnover over the last three accounting periods of at least eight hundred thousand pounds (GBP 800 000). Economic operators not meeting these minimum levels will be disqualified from the process. Other financial requirements will be set out will be set out in the Selection Questionnaire.
III.1.3)Technical and professional ability
Applicants will be required to complete a Suppliers Questionnaire consistent with The Public Contracts Directive (2014/24/EU). The Questionnaire is available from the email address given at Annex A and must be returned by the date stipulated and to the address provided in the Questionnaire.
As stated in the Suppliers Questionnaire.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the Services at its sole discretion. The Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at that applicant’s/tenderer’s risk.
The Authority anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfer of Undertakings (Protection of Employment) Regulations 2006, will apply to the transfer of personnel from the incumbent contractor under this procurement. The Authority’s detailed requirements will be set out in the Contract Documents.
Applicants are reminded the SQ and supporting documents will be made available to bidders via electronic mail and interested parties should contact Hazel Walton at Savills (UK) Limited) as set out at Section I.1 to receive these.
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, The Strand
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
The Authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.4)Service from which information about the review procedure may be obtained
70 Whitehall
London
SW1A 2AS
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Water Treatment Services – Invitation to Quote
Legionella Control Contract Portsmouth
Washroom Hygiene Services Invitation to Tender
Measured Term Contract for Legionella Prevention