Water Hygiene Tender
Water safety maintenance and management under the umbrella of a single contract.
United Kingdom-Southampton: Water-treatment work
2016/S 049-081521
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University Hospital Southampton NHS Foundation Trust
Tremona Road
Contact point(s): Procurement Department
For the attention of: Jeremy Day
SO16 6YD Southampton
UNITED KINGDOM
Telephone: +44 02380825132
E-mail: jeremy.day@uhs.nhs.uk
Internet address(es):
General address of the contracting authority: www.uhs.nhs.uk
Electronic access to information: https://www.delta-esourcing.com/respond/2MY9D9T3HN
Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/respond/2MY9D9T3HN
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: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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 UKJ32
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)
II.1.6)Common procurement vocabulary (CPV)
45232430, 71700000, 71600000
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:
a) Being a member of the Trust’s Water Safety Group, reporting on compliance, performance, outcomes and variances on a monthly basis.
b) Establishing/maintaining a targeted and focused sampling regime as agreed and updated periodically by the water safety group with the aim of reducing sampling to the minimum necessary
c) Carry out routine temperature checks, TMV and other maintenance tasks
d) Consolidate all relevant information in one place, maintain log-books and create or adapt as necessary.
e) Undertake legionella risk assessments, produce and maintain legible schematics/single line diagrams where they do not currently exist.
f) Provide a site based resident provision with administrative support.
g) Utilise the resident site based staff to undertake remedial works, including tasks identified within the Legionella risk assessments to the full extent of hours allocated within the contractual arrangements
The service will apply to all Trust owned and occupied buildings, including some areas with third party occupiers, such as the University of Southampton in both standalone buildings and embedded accommodation.
This is a five year contract with an option to extend for 1 x 24 months.
Estimated value excluding VAT: 800 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (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.1.4)Other particular conditions
Description of particular conditions: Contract performance will be subject to the draft KPIs as published in the ITT and will be worked up with the successful bidder.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC of the Euporean Parliament and of the Council (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC of the Euporean Parliament and of the Council (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As further detailed in the PQQ.
III.2.3)Technical capacity
As further detailed in the PQQ.
Minimum level(s) of standards possibly required:
As further detailed in the PQQ.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As further detailed in the PQQ. Only the top five bidders will proceed beyond the PQQ stage. In the event of a draw then that bidder will also proceed beyond the PQQ stage.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Water-treatment-work./2MY9D9T3HN
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2MY9D9T3HN
GO Reference: GO-201637-PRO-7864351.
VI.4.1)Body responsible for appeal procedures
University Hospital Southampton NHS Foundation Trust
Tremona Road
SO16 6YD Southampton
UNITED KINGDOM
Telephone: +44 02380825132
Internet address: www.uhs.nhs.uk
Body responsible for mediation procedures
University Hospital Southampton NHS Foundation Trust
Tremona Road
SO16 6YD Southampton
UNITED KINGDOM
Telephone: +44 02380825132
Internet address: www.uhs.nhs.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained
University Hospital Southampton NHS Foundation Trust
Tremona Road
SO16 6YD Southampton
UNITED KINGDOM
Telephone: +44 02380825132
Internet address: www.uhs.nhs.uk
VI.5)Date of dispatch of this notice: