Tender

Legionella Risk Assessments and Monitoring

  • Non-central government

F02: Contract notice

Notice identifier: 2024/S 000-014750

Procurement identifier (OCID): ocds-h6vhtk-04581d

Published 8 May 2024, 4:55pm



Section one: Contracting authority

one.1) Name and addresses

Non-central government

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

NP24 6AW

Contact

Connor Thomas

Email

Thomac21@caerphilly.gov.uk

Telephone

+44 1443864702

Fax

+44 1443863167

Country

United Kingdom

NUTS code

UKL16 - Gwent Valleys

Internet address(es)

Main address

https://www.caerphilly.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272

one.3) Communication

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

https://supplierlive.proactisp2p.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/

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://supplierlive.proactisp2p.com/

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

Legionella Risk Assessments and Monitoring

Reference number

CCBC/PS2596/24/CT

two.1.2) Main CPV code

  • 71800000 - Consulting services for water-supply and waste consultancy

two.1.3) Type of contract

Services

two.1.4) Short description

2.2.1 The Council is seeking to contract with a suitably competent Supplier to undertake legionella risk monitoring across the Council’s corporate estate and ad-hoc monitoring across the Councils residential housing stock.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71600000 - Technical testing, analysis and consultancy services
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water
  • 45232430 - Water-treatment work
  • 90713100 - Consulting services for water-supply and waste-water other than for construction

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys

two.2.4) Description of the procurement

The Council is seeking to contract with a suitably competent Supplier to undertake legionella risk monitoring across the Council’s corporate estate and ad-hoc monitoring across the Councils residential housing stock.

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Council intends to establish a contract for a period of three (3) years with the option to extend for a further period of up to twelve (12) months.

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

The Supplier must be a member of the Legionella Control Association (LCA) for the duration of the contract. All activities undertaken as part of this contract shall be undertaken in accordance with:

- HSE ACoP and Guidance L8

- BS 8580-1:2019 Legionella Risk Assessments

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.2.3) 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

12 June 2024

Local time

12:00pm

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

English, Welsh

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

12 June 2024

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: Further notices to be issued upon the expiration of this contract.

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

PLEASE NOTE REGISTERING AN INTEREST IN THE SELL2WALES NOTICE IS NOT REGISTERING AN INTEREST IN THIS TENDER. FOLLOW THE INSTRUCTIONS BELOW IN ORDER TO SUBMIT A TENDER:

1. Log in to the Proactis Supplier Portal at: https://supplierlive.proactisp2p.com/Account/Login ;

2. Follow the relevant steps,

3. Make a note of the Organisation ID and User Name, then click ‘Register’;

4. You will then receive an email from the system asking you follow a link to activate your account;

5. Enter the information requested, clicking on the blue arrow to move on to the next stage;

6. In the Classification section ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice, it is essential that only CPV Codes specific to your organisation are added to your profile;

7. Buyer Selection — At this stage you are required to indicate which Buyer Organisations you would like to register with. Remember to register with Caerphilly this ensures that you will be alerted to all relevant opportunities;

8.Terms and Conditions — Read the terms and conditions of the use of this Supplier Portal and tick the box to denote you have read and understood the terms. Once you have agreed click on the blue arrow to move on to the next stage;

9. Insert a password for the admin user and repeat it. The password Must be between 6 and 50 characters in length. It must contain at least 2 number(s). Select ‘Complete Registration’ and you will enter the Supplier Home page;

10. From the Home Page, go to the ‘Opportunities’ icon, all current opportunities will be listed.

Click on the blue arrow under the field ‘Show Me’ of the relevant opportunity then click to register your interest on the applicable button;

11. Note the closing date for completion of the relevant project. To find all available documentation drop-down the ‘Request Documents’ option and click to download all documents;

12. You can now either complete your response or ‘Decline’ this opportunity.

All queries are to be made via the messaging system on the Proactis portal.

Suppliers are advised to allow adequate time for the submission of their Bid

This contract includes Social Value TOMs as set out within the Invitation to Tender.

(WA Ref:141309)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom