Section one: Contracting authority
one.1) Name and addresses
Dumfries and Galloway Health Board
Mountainhall Treatment Centre, Bankend Road
Dumfries
DG1 4AP
Contact
Fiona Grant, Estates
Telephone
+44 1387246980
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00065
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
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHSDG Water Hygiene and Legionella Prevention Contractor - October 2022 - October 2025
Reference number
NHSDG0072022
two.1.2) Main CPV code
- 90713100 - Consulting services for water-supply and waste-water other than for construction
two.1.3) Type of contract
Services
two.1.4) Short description
Water Hygiene and Legionella prevention in accordance with guidance and statutory requirements in NHSDG properties throughout Dumfries & Galloway.
two.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90713100 - Consulting services for water-supply and waste-water other than for construction
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
two.2.4) Description of the procurement
All bidders responding to this opportunity are to complete the accompanying Single Procurement Document (SPD Scotland)
pre-qualification questionnaire. The basis for selection of those bidders to be invited to tender is fully described in the Scope of Works enclosed in this Contract Notice.
At the invitation to tender stage the tender pricing element will be assessed on the completed pricing schedule.
Specific Requirements
A detailed specification will be included in the ITT. However some of the main features are as follows:
NHSDG have strict controls in place in respect of Infection Control. These are called HAI-SCRIBE Healthcare Association Infection System for Controlling Risk in the Built Environment. Infection Control Measures are strictly enforced on all projects carried out in the NHSDG premises.
It is a mandatory requirement for participation in this procurement exercise that all bidders and their sub-contractors are CHAS Advanced Certified and members of the Legionella Control Association.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £900,000
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
No later than [1 months] from the end of the Initial Term NHSDG may (at its discretion) extend the contract by a further one year.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
NHSDG shall assess eligibility and assess the economic, financial and technical ability of bidders in relation to the specific requirements detailed in Sections III.1.1, III.1.2 and III.1.3 of this contract notice. It is the intention of NHSDG that those bidders who achieve the six (6) highest scores will be invited to submit a tender unless two or more bidders score the same sixth (6th) highest score in which case all such bidders will be invited to tender.
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
It is requirement of this contract that bidder responsible for carrying out the contract must be CHAS Advanced Certified and be members of the Legionella Control Association.
three.1.2) Economic and financial standing
List and brief description of selection criteria
This section refers to Part 4B of the SPD and covers questions 4B.1.1 - 4B.5.3. Responses shall be scored on a pass fail basis as set out in the Scope of Works.
three.1.3) Technical and professional ability
List and brief description of selection criteria
This section refers to sections C and D of the SPD and covers questions questions 4C.1 to 4C.10 and 4D.1 to 4D.2. Responses shall be scored as set out in the Scope of Works.
three.2) Conditions related to the contract
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
Restricted 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
16 June 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 July 2022
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
As per enclosed schedule of works and SPD.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=692820.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:692820)
six.4) Procedures for review
six.4.1) Review body
Royal Institution of Chartered Surveyors
3rd Floor, 125 Princess Street
Edinburgh
EH2 4AD
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Institution of Chartered Surveyors
3rd Floor, 125 Princess Street
Edinburgh
EH2 4AD
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Arbitration.
six.4.4) Service from which information about the review procedure may be obtained
Dumfries and Galloway Health Board
Mountainhall Treatment Centre, Bankend Road
Dumfries
DG1 4AP
Country
United Kingdom