Tender

Water Quality Management (including Legionella)

  • APUC Limited

F02: Contract notice

Notice identifier: 2021/S 000-008171

Procurement identifier (OCID): ocds-h6vhtk-02a75c

Published 19 April 2021, 10:45am



Section one: Contracting authority

one.1) Name and addresses

APUC Limited

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

Contact

Alice Ng

Email

ang@apuc-scot.ac.uk

Telephone

+44 1314428930

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.apuc-scot.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water Quality Management (including Legionella)

Reference number

EFM1044 AP

two.1.2) Main CPV code

  • 90711100 - Risk or hazard assessment other than for construction

two.1.3) Type of contract

Services

two.1.4) Short description

APUC (the Authority) is putting in place a Framework Agreement for use by UK Further and Higher education sector bodies and wider public bodies identified at Appendix E - List of Institutions of the ITT documents, which include APUC Ltd’s members and affiliated bodies, Central Government Departments in Scotland and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS Scotland, Scotland Excel members and any associated or affiliated bodies, Leisure Centres and the following purchasing consortia and their members NWUPC (Including Northern Ireland Institutions), NEUPC, HEPCW and SUPC.

The above public sector bodies have a need for Water Quality Management Services (including Legionella). The Services within the scope of this Framework Agreement have been sub­divided into 5 Regional Lots for Risk Assessment and 2 Nationwide Lots ­- Lot 6 Water Treatment Services (Remedial treatment & Preventive Maintenance) and Lot 7 One stop shop for both Risk Assessment and Water Treatment Services.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Risk Assessment Services - North East of England

Lot No

3

two.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
Main site or place of performance

Various locations across North East England.

two.2.4) Description of the procurement

The purpose of Lot 3 Risk Assessment Services in North East of England is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to HE/FE Institutions in the region. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.

Members of NEUPC as identified in Appendix E - List of Institutions of the ITT documents.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 17

Quality criterion - Name: Operation and Management of the Framework Agreement / Weighting: 3

Quality criterion - Name: Responsible Procurement / Weighting: 6

Quality criterion - Name: Business Continuity / Weighting: 4

Quality criterion - Name: Service Delivery for Risk Assessment / Weighting: 30

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Risk Assessment Services - Wales

Lot No

4

two.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Various locations across Wales.

two.2.4) Description of the procurement

The purpose of Lot 4 Risk Assessment Services in Wales is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to the members of Higher Education Purchasing Consortium Wales (HEPCW). The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.

Members of HEPCW as identified in Appendix E - List of Institutions of the ITT documents.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 17

Quality criterion - Name: Operation and Management of the Framework Agreement / Weighting: 3

Quality criterion - Name: Responsible Procurement / Weighting: 6

Quality criterion - Name: Business Continuity / Weighting: 4

Quality criterion - Name: Service Delivery for Risk Assessment / Weighting: 30

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Risk Assessment Services - South of England

Lot No

5

two.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKF - East Midlands (England)
  • UKK - South West (England)
Main site or place of performance

Various locations across Greater London and Southern England.

two.2.4) Description of the procurement

The purpose of Lot 5 Risk Assessment Services for the South of England is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to Southern Universities Purchasing Consortium members. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.

Members of SUPC as identified in Appendix E - List of Institutions of the ITT documents.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 17

Quality criterion - Name: Operation and Management of the Framework Agreement / Weighting: 3

Quality criterion - Name: Responsible Procurement / Weighting: 6

Quality criterion - Name: Business Continuity / Weighting: 4

Quality criterion - Name: Service Delivery for Risk Assessment / Weighting: 30

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

One Stop Shop for Risk Assessment and Water Treatment Services

Lot No

7

two.2.2) Additional CPV code(s)

  • 45232430 - Water-treatment work
  • 24962000 - Water-treatment chemicals
  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations across Scottish Mainlands and Islands, North West England and Northern Ireland, North East England, Wales, Greater London and Southern England.

two.2.4) Description of the procurement

Provision of a One Stop Shop for a full Water Quality Management Service incorporating Risk Assessment, Sampling and Water Quality Treatment Services UK Nationwide. Some Institutions have preference for One Stop Shop option for Risk Assessment and for Water Treatment Services. Lot 7 defines this requirement where the same Contractor shall offer both services as a full management programme, thus providing a continuity of service compliant with current legislation, HSE ACoP L8, and BS8580: 2010, or any superseding codes of practice.

APUC Ltd’s members and affiliated bodies, Central Government Departments in Scotland and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS Scotland, Scotland Excel members and any associated or affiliated bodies, Leisure Centres and the following purchasing consortia and their members NWUPC (Including Northern Ireland Institutions), NEUPC, HEPCW and SUPC, as identified in Appendix E List of Institutions in the ITT documents, and any future successors to these organisations.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 17

Quality criterion - Name: Operation and Management of the Framework Agreement / Weighting: 3

Quality criterion - Name: Responsible Procurement / Weighting: 6

Quality criterion - Name: Business Continuity / Weighting: 4

Quality criterion - Name: Service Delivery for Risk Assessment and Water treatment Services / Weighting: 30

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Risk Assessment Services - Scotland

Lot No

1

two.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations across the Scottish Mainlands and Islands.

two.2.4) Description of the procurement

The purpose of Lot 1 Risk Assessment Services in Scotland is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.

Members of the following Purchasing Consortia in Scotland will be covered under Lot 1 - Risk Assessment Services in Scotland: APUC, Scotland Excel members and any associated or affiliated bodies, Leisure Centres, NHS Scotland, Scottish Government and Scottish Public Service Bodies.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 17

Quality criterion - Name: Operation and Management of the Framework Agreement / Weighting: 3

Quality criterion - Name: Responsible Procurement / Weighting: 6

Quality criterion - Name: Business Continuity / Weighting: 4

Quality criterion - Name: Service Delivery for Risk Assessment / Weighting: 30

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Risk Assessment Services - North West of England & Northern Ireland

Lot No

2

two.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
  • UKN0 - Northern Ireland
Main site or place of performance

Various locations across North West England and Northern Ireland.

two.2.4) Description of the procurement

The purpose of Lot 2 Risk Assessment Services in North West England and Northern Ireland is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.

Members of NWUPC as identified in Appendix E - List of Institutions of the ITT documents.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 17

Quality criterion - Name: Operation and Management of the Framework Agreement / Weighting: 3

Quality criterion - Name: Responsible Procurement / Weighting: 6

Quality criterion - Name: Business Continuity / Weighting: 4

Quality criterion - Name: Service Delivery for Risk Assessment / Weighting: 30

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Water Quality Treatment Services - UK Nationwide

Lot No

6

two.2.2) Additional CPV code(s)

  • 24962000 - Water-treatment chemicals

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations across Scottish Mainlands and Islands, North West England and Northern Ireland, North East England, Wales, Greater London and Southern England.

two.2.4) Description of the procurement

The purpose of the Water Quality Treatment Services Lot 6 is to provide effective water treatment services including Emergency Call­out, Reactive Treatment and Repairs, Preventive Maintenance Programme (PPM), Record Keeping and Reporting, any associated Chemicals and Dosing Equipment, Tools, Equipment and Spare Parts, Provision of Training.

The Services under Lot 6 must be fully compliant with the relevant current UK legislation and codes of practice, and responsive to the requirements of risk assessments reports prepared by Lot 1­ to 5 Risk Assessment Service Providers. Maintenance of and repairs to the associated equipment and plant also fall within the remit of Lot 6.

APUC Ltd’s members and affiliated bodies, Central Government Departments in Scotland and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS Scotland, Scotland Excel members and any associated or affiliated bodies, Leisure Centres and the following purchasing consortia and their members NWUPC (Including Northern Ireland Institutions), NEUPC, HEPCW and SUPC, as identified in Appendix E List of Institutions in the ITT documents, and any future successors to these organisations.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 17

Quality criterion - Name: Operation and Management of the Framework Agreement / Weighting: 3

Quality criterion - Name: Responsible Procurement / Weighting: 6

Quality criterion - Name: Business Continuity / Weighting: 4

Quality criterion - Name: Service Delivery for Water Treatment Services / Weighting: 30

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months, subject to satisfactory performance and continued Institutional requirement.

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

With reference to question 4B.5 of the SPD in the qualification questionnaire, bidders must confirm they can provide the following supporting evidence prior to award:

Employers (Compulsory) Liability Insurance = 5 000 000 GBP

Public & Product Liability Insurance = 5 000 000 GBP

With reference to question 4B.6 of the SPD in the qualification questionnaire, bidders must provide 2 years audited accounts, or equivalent if awarded the Framework Agreement to demonstrate financial stability. Alternatively if the contractor is unable to provide the required accounting information then they will be required to provide a bankers letter demonstrating their willingness to support the contractors organisation over the term of the Framework Agreement.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Submission of Management Information

Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period.

Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website: http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period).

The supplied template is the only format permissible and should contain Contractor name, tender reference, total net spend by institution each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 30

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

21 May 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

21 May 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Form of Tender

Tenderers must sign the Form of Tender – Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.

Freedom of Information

Please confirm that you will be in a position to complete, prior to award, Appendix B – Freedom of Information (if applicable) in the Technical Questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.

Sustain Supply Chain Code of Conduct

In partnership with Institutions, the Authority has developed a Sustain Supply Chain Code of Conduct – Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Supply Chain Code of Conduct prior to award to assist in achieving its objectives.

Declaration of Non-Involvement in Serious Organised Crime

Tenderers must sign the Declaration of Non-Involvement in Serious Organised Crime – Appendix H prior to award to confirm that their Tender Response is a complete, true and accurate submission.

Declaration of Non-Involvement in Human Trafficking & Labour Exploitation

Tenderers must sign the Declaration of Non-Involvement in Human Trafficking & Labour Exploitation – Appendix I prior to award to confirm that their Tender Response is a complete, true and accurate submission.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18376. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The Contractor will work with the Authority to deliver Community Benefits or social value where they are identifiable throughout the term of the Framework Agreement. Examples of Community Benefits or social value are providing training opportunities to staff and students, apprenticeships and investment in the local community. It will be expected that, where a Contractor has an aggregated spend of 2M GBP via the Framework Agreement, the Contractor will offer concrete community benefits such as a full-time apprentice development.

(SC Ref:649596)

six.4) Procedures for review

six.4.1) Review body

Stirling Sheriff Court and Justice of the Peace Court

Sheriff Court House, Viewfield Place

Stirling

FK8 1NH

Telephone

+44 1786462191

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/stirling-sheriffcourt-and-justice-of-the-peace-court