Tender

Southside Housing Association Legionella Preventative Monitoring and Water Hygiene Services

  • Southside Housing Association Ltd.

F02: Contract notice

Notice identifier: 2022/S 000-018213

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

Published 4 July 2022, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

Southside Housing Association Ltd.

Southside House, 135 Fifty Pitches Road

Glasgow

G51 4EB

Email

kmcleod@southside-ha.co.uk

Telephone

+44 1414221112

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.southside-ha.org

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

Email

escott@ewing-somerville.com

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.ewingsomerville.co.uk

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