Tender

T22-142ENV Legionella Risk Assessment and Control Procedures along with Written Schemes and Remedial Works

  • Derry City and Strabane District Council

F02: Contract notice

Notice identifier: 2023/S 000-005333

Procurement identifier (OCID): ocds-h6vhtk-03a790

Published 22 February 2023, 3:13pm



Section one: Contracting authority

one.1) Name and addresses

Derry City and Strabane District Council

Council Offices, 98 Strand Road

Derry

BT48 7NN

Email

tenders@derrystrabane.com

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

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

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

T22-142ENV Legionella Risk Assessment and Control Procedures along with Written Schemes and Remedial Works

two.1.2) Main CPV code

  • 90721000 - Environmental safety services

two.1.3) Type of contract

Services

two.1.4) Short description

Derry City and Strabane District Council wishes to appoint a suitably qualified and experienced Firm to complete Legionella Written Control Schemes, Risk Assessments, monitoring procedures and Cleaning and Descaling of all outlets inc. Cold Water Storage Tank. Services shall be provided in accordance with the minimum standards defined in ACOP L8 The Control of Legionella Bacteria in Water Systems [L8], together with the enhanced standards as defined in this document. At present the scope of works applies to the facilities and vehicles as scheduled in attached appendices for a period of 36 months. Additional charges/fees must be included as part of your submission for additional buildings and vehicles. Please refer to the CfT documents for further details.

two.1.5) Estimated total value

Value excluding VAT: £350,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90711500 - Environmental monitoring other than for construction
  • 90700000 - Environmental services
  • 71317200 - Health and safety services
  • 90713000 - Environmental issues consultancy services
  • 71600000 - Technical testing, analysis and consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN0A - Derry City and Strabane

two.2.4) Description of the procurement

Derry City and Strabane District Council wishes to appoint a suitably qualified and experienced Firm to complete Legionella Written Control Schemes, Risk Assessments, monitoring procedures and Cleaning and Descaling of all outlets inc. Cold Water Storage Tank. Services shall be provided in accordance with the minimum standards defined in ACOP L8 The Control of Legionella Bacteria in Water Systems [L8], together with the enhanced standards as defined in this document. At present the scope of works applies to the facilities and vehicles as scheduled in attached appendices for a period of 36 months. Additional charges/fees must be included as part of your submission for additional buildings and vehicles. Please refer to the CfT documents for further details.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £350,000

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

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.1.2) 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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

31 March 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

Tender must be valid until: 27 September 2023

four.2.7) Conditions for opening of tenders

Date

31 March 2023

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Courts of Justice NI

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Courts of Justice NI

Belfast

Country

United Kingdom

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

High Courts of Justice NI

Belfast

Country

United Kingdom