Tender for Control Management and Testing of Legionella – Renfrewshire
East Renfrewshire Council requires suitable qualified sole provider for legionella bacteria control, prevention and risk management service for (Housing and Non-Housing) 2019-21 programme.
United Kingdom-Giffnock: Water distribution and related services
2019/S 228-559561
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Eastwood HQ, Eastwood Park
Town: Giffnock
NUTS code: UKM83
Postal code: G46 6UG
Country: United Kingdom
Contact person: May Harvey-Welsh
E-mail: may.harvey-welsh@eastrenfrewshire.gov.uk
Telephone: +44 1415773669
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Control Management and Testing of Legionella
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
East Renfrewshire Council requires suitable qualified sole provider for legionella bacteria control, prevention and risk management service for (Housing and Non-Housing) 2019-21 programme.
In addition to annual legionella servicing, housing services intend to take all property off water storage and connect to water mains supply. Should the 2 x 12 months options be used the budget will be around 1 680 000,00 pounds sterling although the Council reserve the right to spend up to 2 m pounds sterling throughout the duration of this contract although no guarantees can be given on the overall spend. All cost’s detailed are excluding fees.
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
East Renfrewshire.
II.2.4)Description of the procurement:
East Renfrewshire Council requires the legionella bacteria control, prevention and risk management service for approximately 128 non housing properties, 8 sheltered housing complexes, 1 homeless unit and 2 939 domestic dwellings (housing properties). All the non-housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance
risk assessment/control scheme/monitoring/log books sampling
The contractor must provide all survey and inspection data in an electronic format suitable for upload into the following
Non housing properties
The legionella module within the Council’s asset management system Tribal K2
Housing properties
The asset management system APEX innovation
In addition to annual legionella servicing, housing services intend to take all property off water storage and connect to water mains supply. This will result in an increased spend over the next 4 years with HS targeting spend of 300 000 over the 4 years to achieve this goal.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Once 24 months expires we have a further 2 options to extend for up to 12 months each.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The value indicated excludes fees. Should the 2 x 12 months options be used the budget will be around 1 680 000,00 pounds sterling although the Council reserve the right to spend up to 2 m pounds sterling throughout the duration of this contract although no guarantees can be given on the overall spend. All cost detailed is excluding fees.
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
CCS Score
A. The contractor shall ensure that on-site staff are accredited under a competence scheme appropriate for the skills necessary to perform the contract, including the construction skills certification scheme and other schemes, such as Scottish construction operative registration executive.
B. Where the contractor enters into a sub-contract for the purpose of performing the contract, the contractor shall cause a term to be included in such sub-contract:
B1. which requires the sub-contractor to ensure that on-site staff are accredited under a competence scheme appropriate for the skills necessary to perform the contract, such as the construction skills certification scheme and other schemes, including those which are in operation in Scotland such as Scottish Construction Operative Registration Executive, and
B2. in the same terms as that set out in this clause B (including for the avoidance of doubt this clause B.2) subject only to modification to refer to the correct designation of the equivalent party as the contractor and sub-contractor as the case may be.
C. In this clause ‘on-site staff’ means all persons engaged by the contractor to undertake any works or part thereof on the site.
Testing Lab UKAS accredited or equivalent membership of legionella control association or equivalent.
III.1.2)Economic and financial standing
To establish the financial standing of a tenderer, the Council will firstly take into account a risk report provided independently by Credit Safe. Within such reports, the risk of business failure is expressed as a score ranging from 1-100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. Where you are not registered on credit safe e.g. charitable organisations, new start companies and sole traders you are to submit 2 years financial accounts, including profit and loss statement and balance Sheet for consideration.
The successful tender will be expected to maintain a Creditsafe level of 30+ throughout the contract period. The offer of any extension to the contract will be dependent on an acceptable crediting rating of 30+. The council reserve the right to terminate the contract should the financial standing decline to an unacceptable level.
Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date — failure to do so will result in rejection of your submission.
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
Legionnaires’ disease (the control of legionella bacteria in water systems) L8 approved code of practice and guidance on regulations:
— legionnaires’ disease technical guidance Parts 1, 2 and 3,
— current E.C. guidelines,
— workplace regulations,
— food safety Act,
— the health and safety at work Act 1974,
— the control of substances hazardous to health Regulations 2002,
— the management of health and safety at work Regulations 1999,
— the notification of cooling towers and evaporative condensers Regulations 1992.
Membership of legionella control association or equivalent.
Labs used for testing should be UKAS approved or the equivalent.
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.2.4)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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
24 months if the options to extend are not used.
VI.2)Information about electronic workflows
VI.3)Additional information:
The tender is now available for download at www.publictendersscotland.publiccontractsscotland.gov.uk/
The project No is 15066 the ITT No is 33188
The ITT submission deadline is 2.12.2019 at 12.00 noon.
Bidders should note that all questions relevant to this exercise should be posted using the message board facility for this project.
The buyer is using PCS-Tender to conduct this ITT exercise. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
All cost’s detailed are excluding fees.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 15066. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Bidders are asked to note that the 40 community benefits points indicated is for the initial 24-month contract period and suppliers will be asked for further community benefits point should the contract be extended.
(SC Ref:604971).
VI.4.1)Review body
Postal address: Eastwood HQ, Eastwood Park
Town: Giffnock
Postal code: G46 6UG
Country: United Kingdom
Telephone: +44 1415773092Internet address: http://www.eastrenfrewshire.gov.uk
VI.5)Date of dispatch of this notice: