Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
KerriAnne Ben Ammar
kerri-anne.benammar@renfrewshire.gov.uk
Telephone
+44 3003000300
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 Prevention, Control and Risk Management Services
Reference number
RC-CPU-21-376
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement procedure is for the appointment of a qualified and experienced Contractor(s) for the provision of a Legionella Prevention, Control and Risk Management Service. There is 2 separate Contracts included within this Invitation to Tender where the services are required to take place:
Contract 1 – Renfrewshire Council
Contract 2 – OneRen Renfrewshire Leisure
This is a single procurement procedure for the award of 2 separate contracts, being conducted as an above Government Procurement Agreement (GPA) Threshold Open Tender procedure relating to a Services Contract. Contractors are invited to bid for one or both Contracts.
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
Renfrewshire Council Legionella Prevention, Control and Risk Management Services
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71313450 - Environmental monitoring for construction
- 90700000 - Environmental services
- 71630000 - Technical inspection and testing services
- 38900000 - Miscellaneous evaluation or testing instruments
- 71600000 - Technical testing, analysis and consultancy services
- 71632000 - Technical testing services
- 90711100 - Risk or hazard assessment other than for construction
- 90721800 - Natural risks or hazards protection services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire
two.2.4) Description of the procurement
The Services for both Contracts shall include, but not be limited to;
Testing and analysis of water samples taken by the Employer (including collecting samples from location designated by the Employer ).
Providing written reports on samples analysed (legionella and TVC).
Planned Preventative Maintenance of plunge pools at 5 special needs schools.
Planned Preventative Maintenance within 9 leisure and sports centres.
Tank dosing at 3 care homes.
Chlorination of stored water fire tanks.
Cleaning and disinfection of water storage tanks as instructed.
Carry out risk assessments as instructed.
Recording the outcome of all tests and risk assessments within the online L8MS Legionella Management portal.
Provide in-house training courses
Tenderers should refer to Section 4 – Specification of the Invitation to Tender full details on both Contract’s requirements
two.2.5) Award criteria
Quality criterion - Name: Quality, Community Benefits, Fair Work First / Weighting: 30%
Price - Weighting: 70%
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
Contract period of 3 years with the Council having options to extend for 12 months on 2 occasions only giving a potential total contract period of 5 years for each Contract.
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)Regulations2015.
two.2) Description
two.2.1) Title
OneRen Renfrewshire Leisure Legionella Prevention, Control and Risk Management Services
Lot No
2
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71313450 - Environmental monitoring for construction
- 90700000 - Environmental services
- 71630000 - Technical inspection and testing services
- 38900000 - Miscellaneous evaluation or testing instruments
- 71600000 - Technical testing, analysis and consultancy services
- 71632000 - Technical testing services
- 90711100 - Risk or hazard assessment other than for construction
- 90721800 - Natural risks or hazards protection services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire
two.2.4) Description of the procurement
The Services for both Contracts shall include, but not be limited to;
Testing and analysis of water samples taken by the Employer (including collecting samples from location designated by the Employer ).
Providing written reports on samples analysed (legionella and TVC).
Planned Preventative Maintenance of plunge pools at 5 special needs schools.
Planned Preventative Maintenance within 9 leisure and sports centres.
Tank dosing at 3 care homes.
Chlorination of stored water fire tanks.
Cleaning and disinfection of water storage tanks as instructed.
Carry out risk assessments as instructed.
Recording the outcome of all tests and risk assessments within the online L8MS Legionella Management portal.
Provide in-house training courses
Tenderers should refer to Section 4 – Specification of the ITT full details on both Contract’s requirements
two.2.5) Award criteria
Quality criterion - Name: Quality, Community Benefits, Fair Work First / Weighting: 30%
Price - Weighting: 70%
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
Contract period of 3 years with OneRen Renfrewshire Leisure having options to extend for 12 months on 2 occasions only giving a potential total contract period of 5 years for each Contract.
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)Regulations2015.
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 a requirement of this contract that bidders to hold a particular authorisation or membership of a particular organisation needed in order to be able to perform the service. The authorisation or membership required for this contract is noted below:
Minimum Standards:
Certified member of Legionella Control Association
Registered Closed System Control Association (CSCA) Service Provider Member
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.2.2) Contract performance conditions
This Contract will include performance conditions relation to fair working practices and community benefits.
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
25 July 2022
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: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 July 2022
Local time
12:00pm
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
The recommended tenderer will be required to provide at Request for Documentation stage the following documents:
Health and Safety Questionnaire and supporting information
S1 Equalities Questionnaire
S2 Equalities Declaration
S3 Tender Compliance Certificate
S4 No Collusion Certificate
S5 Prompt Payment Certificate
S9 List of Proposed Domestic Sub Contractors
S14 Destruction of Personal Or Sensitive Information Certificate Sub
Non Disclosure Agreement
Insurance certificates
BACS Form
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 43770. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits is contained within the Invitation to Tender
(SC Ref:698302)
six.4) Procedures for review
six.4.1) Review body
See VI.4.3
See VI.4.3
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.
six.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom