Opportunity

Legionella Risk Assessment Services

  • Clyde Valley Housing Association Limited

F02: Contract notice

Notice reference: 2023/S 000-013334

Published 10 May 2023, 2:37pm



Section one: Contracting authority

one.1) Name and addresses

Clyde Valley Housing Association Limited

50 Scott Street

Motherwell

ML1 1PN

Email

robert.pollock@cvha.org.uk

Telephone

+44 1698268855

Fax

+44 1698268855

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

https://cvha.co.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11082

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

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Legionella Risk Assessment Services

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

To comply with the principal duty to control legionella bacteria within hot and cold-water systems, Clyde Valley Housing Association wishes to undertake an initial risk assessment with schematic layouts to all of its properties over a five year period, to ascertain any risks and control measures in line with HSG 274 Part 2 and the L8 ACOP if applicable.

two.1.5) Estimated total value

Value excluding VAT: £200,000

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
  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

Clyde Valley Housing Association wishes to engage a single Service Provider to:

(a) carry out legionella risk assessment in accordance with the health and safety executives approved Code of Practice L8 (4th Edition) and Health and Safety Guidance 274. The risk assessments will address all systems where water is used or stored, analyse risk factors and consider the potential of the system to become contaminated with Legionella.

(b) carry out water hygiene management services as per HSG274 Part 2, 2014 recommendations.

(c) provide web based electronic monitoring database.

Full details and specification provided in the Procurement Documents.

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: £200,000

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

Start date

1 August 2023

End date

31 July 2026

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 2 years subject to satisfactory KPI performance

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

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.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum “general” yearly turnover of GBP350,000 for the last 3 years.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = GBP5,000,000

-

Public Liability Insurance = GBP5,000,000

Professional Risk Indemnity Insurance = GBP1,000,000

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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

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

9 June 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 June 2023

Local time

12:00pm

Place

Clyde Valley Housing Association, 50 Scott Street, Motherwell, ML1 1PN

Information about authorised persons and opening procedure

The postbox will be opened by a member of the corporate services team who is not involved in the procurement exercise and who will remove Tender Document C - Pricing Matrix. The tender evaluation panel will only have the pricing information provided after the quality evaluation has been assessed and evaluated.


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

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=731687.

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:731687)

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

4 Beckford Street

Hamilton

ML3 0BT

Email

hamiltoncivil@scotcourts.gov.uk

Telephone

+44 1698282957

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/hamilton-sheriff-court