Section one: Contracting authority
one.1) Name and addresses
A2Dominion
The Point, 37 North Wharf Road
London
W2 1BD
Contact
Mr Luke Morrell
Telephone
+44 2088252369
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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