Tender

Legionella Management Services

  • A2Dominion

F02: Contract notice

Notice identifier: 2023/S 000-001924

Procurement identifier (OCID): ocds-h6vhtk-039982

Published 20 January 2023, 5:57pm



Section one: Contracting authority

one.1) Name and addresses

A2Dominion

The Point, 37 North Wharf Road

London

W2 1BD

Contact

Mr Luke Morrell

Email

a2dtenders@a2dominion.co.uk

Telephone

+44 2088252369

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.a2dominion.co.uk

Buyer's address

http://www.a2dominion.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=c82b67c8-b798-ed11-811c-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=c82b67c8-b798-ed11-811c-005056b64545

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Legionella Management Services

Reference number

DN598352

two.1.2) Main CPV code

  • 50720000 - Repair and maintenance services of central heating

two.1.3) Type of contract

Services

two.1.4) Short description

Two competent water hygiene contractors are required to assist A2Dominion in complying with our obligations as a social landlord as required under Approved Code of Practice L8, British Standard BS8580-1:2019 and HSG274.

The scope of contract requires the contractor to carry out water risk assessments every 2 years across all A2D owned properties to identify the level of risk of legionella exposure and recommend improvement works, as part of the contract they will be required to provide services to undertake regular temperature test monitoring and water sampling to avoid spreading of legionella.

Once the assessments have been completed we will require another specialist contractor to complete the remedial works.

two.1.5) Estimated total value

Value excluding VAT: £2,338,210

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Legionella Control & Compliance Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 90710000 - Environmental management

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Service Provider shall be responsible for undertaking water system Surveys and Risk Assessments within the Employer’s specified property(ies)/site(s) and providing Survey or Risk Assessment Reports following each visit.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,083,063

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

One (1) year + One (1) year. Total maximum length Five (5) Years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Water Hygiene Monitoring, Maintenance, and Remedial Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 90710000 - Environmental management

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

This lot is for the provision of Water Systems Monitoring and Maintenance within the Employer’s occupied and unoccupied property(ies)/site(s) across the defined geographical neighbourhoods for the relevant tendered Lot(s).

The main purpose of this Contract is the management and prevention of risks associated with legionella and fulfilling the duties under general health and safety law and to support the Employer with water hygiene related issues

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,255,147

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

One (1) year + One (1) Year. Total maximum length five (5) years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 February 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 February 2023

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Royal Courts of Justice

London

W2 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As detailed on website

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom