Tender

Legionella Prevention, Control and Risk Management Services

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2022/S 000-017380

Procurement identifier (OCID): ocds-h6vhtk-034a89

Published 24 June 2022, 3:07pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

KerriAnne Ben Ammar

Email

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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