Monitoring and Risk Assessments for Legionella Bacteria
Provision of Periodic Inspection, Testing, Monitoring and Risk Assessments for Legionella Bacteria (L8) in Residential Hot and Cold Water Systems.
United Kingdom-Weston-super-Mare: Repair and maintenance services of pumps, valves, taps and metal containers
2015/S 224-408034
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Knightstone Housing Association Limited
Weston Gateway Business Park
Contact point(s): NUTS codes are UKK1, UKK23, Electronic documents can be obtained from, and all corresponence to be directed to, the Knightstonbe Supplier Portal at https://in-tendhost.co.uk/knightstone
BS247JP Weston-super-Mare
UNITED KINGDOM
E-mail: andy.dyer@knightstone.co.uk
Internet address(es):
General address of the contracting authority: www.knightstone.co.uk
Address of the buyer profile: https://in-tendhost.co.uk/knightstone
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: Knightstone Housing Association Limited
UNITED KINGDOM
Internet address: https://in-tendhost.co.uk/knightstone
Tenders or requests to participate must be sent to: Knightstone Housing Association Limited
UNITED KINGDOM
E-mail: andy.dyer@knightstone.co.uk
Internet address: https://in-tendhost.co.uk/knightstone
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
NUTS code UKK23,UKK1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
This procurement is being conducted using the open procedure under Regulation 27 of the Public Contracts Regulations 2015 (‘the Regulations’). This ITT is available to all economic operators who express an interest in this opportunity. Any interested economic operator may submit a tender in response to the contract notice.
The closing deadline for the receipt of Tenders is 09.00 hours (9 o’clock am) on Monday 21.12.2015.
Tenders must be submitted via the Knightstone supplier portal as per the instructions in the Invitation to Tender.
Important information: This tender is being conducted through the Knightstone Supplier Portal and all documentation is only available via this portal for which the URL is:
https://in-tendhost.co.uk/knightstone
Suppliers wishing to take part in this tender are invited to express an interest upon which you will be given access to the full tender documentation through the Supplier Portal.
Tender submissions must be made via this Supplier Portal. All documents should be uploaded to the website. then be sure to press the Red button Submit Return. You will then receive a receipt.
Please allow sufficient time to submit your return as late returns are not permitted.
If you have any problems accessing the documents or any other questions, then please send a message using the correspondence function on the Supplier Portal.
Tenderers are encouraged to attend a briefing from 9 am on 7th December, when there will be presentations from Knightstone regarding Knightstone’s vision, objectives and expectations and an opportunity to ask questions regarding any aspect of the procurement. At this meeting Knightstone will present their requirements, a good understanding of which will benefit Tenderers.
The briefing will be held from 9:30 am at Knightstone’s offices in Worle at:
Weston Gateway Business Park, Weston-super-Mare, BS24 7JP.
II.1.6)Common procurement vocabulary (CPV)
50510000, 50712000, 85148000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— Legionella Risk Assessments to communal shared water systems in sheltered and supported housing schemes.
— A percentage of individual self-contained flats within the above.
— Periodic Testing & Monitoring of communal shared water systems to meet L8 requirement & technical specification.
— Disinfection & Cleaning of Cold Water Storage Tanks.
— Disinfection and Cleaning of Shower Heads.
— Water Samples/Analysis for Legionella Bacteria.
— Routine Maintenance of Thermostatic Mixer Valves.
— Other Reactive Works & System Improvements (up to 100 GBP).
— Quoted Works.
— Emergency call outs within 1-hour.
All works must be carried out in strict accordance with ACoP L8 and the Employer’s Specification, to include, but not limited to the following types of property:
— Sheltered and Supported Housing Schemes.
— Foyers.
— Extra Care Schemes.
— HMO’s.
— self contained dwellings (for sample of archetypes).
Estimated value excluding VAT:
Range: between 1 000 000 and 1 300 000 GBP
II.2.2)Information about options
Description of these options: The contract is for 5 years from 1.6.2016 to 31.5.2021.
The contract may be extended at the sole discretion of the Employer, but only with the agreement of both Parties, by extensions of multiples of 1 year up to a maximum further 5 years to 31.5.2026. The first extension should be agreed 6 months before the end of the initial service period. Subsequent extensions should be agreed 6 months before the end of the previously extended service period.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: Range: between 1 and 5
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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:
Joint and several liability of all consortium members may be required (and/or guarantees and/or undertakings by some or all of the consortium members).
III.1.4)Other particular conditions
Description of particular conditions: For more information on Knightstone’s specific requirements, please refer to the contract documents.
Please note that the contractor will be required to actively participate in skills development, employment and training programmes within the locality of the contract in accordance with Knightstone’s Employment and Skills strategy. Contractors will be expected to provide added value contributions in order to support community programmes promoted by Knightstone where relevant to the subject of the contract. Accordingly the performance conditions of the contract will include social and environmental requirements.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: The minimum prequalification standards are set out in the Invitation to Tender (ITT), which can be downloaded from Knightstone’s Supplier Portal.
III.2.3)Technical capacity
Organisations will be required to complete the Evaluation Questionnaire, which includes prequalification questions. This can be completed via Knightstone’s Supplier Portal. The minimum prequalification standards are set out in the Invitation to Tender (ITT).
Minimum level(s) of standards possibly required:
The minimum prequalification standards are set out in the Invitation to Tender (ITT), which can be downloaded from Knightstone’s Supplier Portal.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 2020 unless the contract is extended.
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts regulations provide for aggrieved parties who have been harmed or are at risk if harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract ha not been entered into, the Court may order the setting aside of the ward decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ineffective.
VI.5)Date of dispatch of this notice: