Section one: Contracting authority
one.1) Name and addresses
Southside Housing Association Ltd.
Southside House, 135 Fifty Pitches Road
Glasgow
G51 4EB
Telephone
+44 1414221112
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13703
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 another address:
Ewing Somerville Partnership (Scotland) Ltd
40 Speirs Wharf
Glasgow
G4 9TH
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main 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
Southside Housing Association Legionella Preventative Monitoring and Water Hygiene Services
Reference number
ESP 4600
two.1.2) Main CPV code
- 71313000 - Environmental engineering consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The works comprise of Legionella Monitoring and Water Hygiene Services both planned and reactive to domestic and communal water systems within various properties as detailed in the Asset Register.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45232430 - Water-treatment work
- 90913100 - Tank-cleaning services
- 71630000 - Technical inspection and testing services
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
South Side of Glasgow.
two.2.4) Description of the procurement
To allow the Association to meet the recording and monitoring of Legionella in accordance with their obligations under Approved Code of Practice L8 Legionella Control and Guidance (ACOP L8); and The Scottish Water Bylaws 2004.
The following works are to be carried out in accordance with the ACoP L8 for Leigionella works, servicing and monitoring:
·Risk assessments
·Temperature monitoring and recording and adjusting
·Asset identification
·Storage Tank annual inspection
.Storage tank clean & disinfection as required or minimum of 2yrs
·TMV servicing and adjustments
·Remedial and reactive work (at pre-determined rates)
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: £250,000
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
The contract may be extended for a variable period of up to two years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Association may take up an option to extend the current contract to further properties which they currently own or factor or may come to own or factor during the currency of the contract. Initially the successful supplier may be engaged to identify any further properties where prevention and control of legionella may be required due to the existence of communal tanks.
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
In response to SPD 2C.1 suppliers should provide the required information if applicable to them.
In response to 2D.1 Suppliers should provide this information and if applicable to them.
In response to 2D.1.1 Suppliers should provide this information where it is known and in particular for any laboratory they intend to engage for water testing services.
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 relevant requirement is set out in the SPD, Part IV Selection Criteria [4A1a] Enrolment in a relevant professional register. The following statement clarifies the requirement:
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
The relevant trade register in the UK is the Companies House Register - ://www.gov.uk/government/organisations/companies-house or equivalent in other countries.
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
3 August 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 August 2022
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: Within 5 years.
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
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.
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=698696.
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.
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:
Community Benefits applicable to this contract are to be confirmed.
(SC Ref:698696)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=698696
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom