Water Hygiene and Legionella Contract
Multiple Lots. Lot 1 – Water Hygiene, Legionella and Associated Services.
United Kingdom-Manchester: Water-treatment work
2016/S 162-292380
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
1st Floor, Metropolitan House, 20 Brindley Road
Manchester
M16 9HQ
United Kingdom
Contact person: Zobair Mehmood
Telephone: +44 3005550304
E-mail: zobair.mehmood@procurementforall.co.uk
NUTS code: UK
Internet address(es):Main address: www.procurementforall.co.uk
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Water Hygiene, Legionella And Associated Services — PFAFW25.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Procurement For All are a Procurement Consortium providing EU compliant Frameworks and bespoke Procurement solutions for public sector organisations to draw down from. This Contract Notice is to inform potential interested service providers of our new framework titled Water Hygiene, Legionella And Associated Services Framework available in England and Wales to a variety of public sector organisations (housing and non-housing).
This Framework covers, but not limited to (please refer to tender documentation);
Water Hygiene
Risk Assessments
Review of Risk Assessments
Monthly Monitoring
Quarterly review
6 Months Monitoring
Annual Monitoring
Temperature Checks, Inspections, Samples and Chlorination
Monitoring for Legionella Cold Water
Monitoring for Legionella Hot Water
Clean and Chlorinated Shower Head
Water Storage Tanks
Refurbishments
Note: Tenderers submitting a bid for Lot 2 may not be eligible for contract award for Lot 1 subject to a conflict of interest arising.
II.1.5)Estimated total value
II.1.6)Information about lots
Please refer to PQQ and ITT documentation.
II.2.1)Title:
Lot 1 — Water Hygiene, Legionella and Associated Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
Lot 1 — Water Hygiene, Legionella and Associated Services — This covers (but not limited to) the relevant servicing, maintenance and repairs for;
Water Hygiene
Risk Assessments
Review of Risk Assessments
Monthly Monitoring
Quarterly review
6 Months Monitoring
Annual Monitoring
Temperature Checks, Inspections, Samples and Chlorination
Monitoring for Legionella Cold Water
Monitoring for Legionella Hot Water
Clean and Chlorinated Shower Head
Water Storage Tanks
Refurbishments
Water Storage Tanks- Valves, Etc
Insulation-Tank
Chemical Disinfection
Thermal Disinfection
Water Storage tanks — GRP One Piece
Water Storage Tanks — GRP — Pre — Insulated One Piece
Water Storage Tanks — GRP — Pre — Insulated Sectional
Calorifiers
Weekly Flushing
Installation and Maintenance of Thermostatic mixing Valves
Chlorine Dioxide — system installation and maintenance
Water Treatment Services for closed systems including heating and chilled water systems
Installation of Pressure reducing valves (PRV’s)
More information on the specific requirements for members will be made available during the call of stage.
II.2.5)Award criteria
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
Criteria as set out in the PQQ.
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
Minimum criteria to be met by the bidder in each lot.
If a third party is to be used, the third party must meet the minimum criteria as stated in the PQQ.
Note: Tenderers submitting a bid for Lot 2 may not be eligible for contract award for Lot 1 subject to a conflict of interest arising.
II.2.1)Title:
Lot 2 — Water Auditing Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
Lot 2 — Water Auditing Services– This covers all relevant elements of the full auditing and consultation for water auditing services such as (but not limited to);
– Risk Assessments
– Monthly Monitoring
– 6 Monthly Monitoring
– Annual Monitoring
The purpose of this lot is to provide members of Procurement For All specialist’s consultancy services to audit works carried out by ‘other’ contractors’ and to potentially plan and implement mitigation. However more information on the specific requirements for members will be made available during the call of stage.
II.2.5)Award criteria
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
Criteria as stated in the PQQ.
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
Minimum criteria to be met by the bidder in each lot.
If a third party is to be used, the third party must meet the minimum criteria as stated in the PQQ.
Note: Tenderers submitting a bid for Lot 2 may not be eligible for contract award for Lot 1 subject to a conflict of interest arising.
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
Please see PQQ and ITT documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Please see PQQ and ITT documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Registered Providers who may become members of PFA may include any of those listed in the list of Registered
Providers at the time of Call Off from the framework: https://www.gov.uk/government/publications/currentregistered–
providers-of-social-housing
All other potential members who may Call Off from the framework, see link below:
UK Government: Departments, Agencies and Public Bodies: https://www.gov.uk/government/organisations
For the avoidance of doubt, all other organisations listed in Schedule 1 to the Public Contracts Regulations
2015 shall be entitled to access this Framework (England and Wales Only): http://www.legislation.gov.uk/
uksi/2015/102/schedule/1/made
Local Authorities England: http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1
Local Authorities Wales: http://gov.wales/topics/localgovernment/?skip=1&lang=en
Joint Authorities established under Part IV of the Local Government Act 1985; Body’s corporate established
pursuant to an order under Section 67 of the Local Government Act 1985; NDPBs: https://www.gov.uk/
government/publications/non-departmental-public-bodies-2010-2011
Educational Establishments in England and Wales, maintained by the Department for Education, Universities
and Colleges but Not Independent Schools: https://www.gov.uk/government/organisations/department-foreducation
Police Forces in the United Kingdom: https://www.police.uk/forces/
Citizens Advice: http://www.citizensadvice.org.uk/index/aboutus/citizens_advice_offices.htm
Welsh Public Bodies National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities:
http://gov.wales/?skip=1&lang=en
NHS Wales: http://www.wales.nhs.uk/ourservices/directory
NHS Wales GP Practices: http://www.wales.nhs.uk/ourservices/directory
Note: Tenderers submitting a bid for Lot 2 may not be eligible for contract award for Lot 1 subject to a conflict of interest arising.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Water-treatment-work./387R848946
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/387R848946
Go Reference: GO-2016819-PRO-8657631.
VI.4.1)Review body
1st Floor, Metropolitan House, 20 Brindley Road
Manchester
M16 9HQ
United Kingdom
Telephone: +44 3005550304
VI.5)Date of dispatch of this notice:
Related Posts
Legionella Management Lincolnshire
Contract for Legionella Laboratory Testing Services
Water Systems Monitoring Contract Oxford