Section one: Contracting authority
one.1) Name and addresses
Dartmoor Multi Academy Trust
Wardhayes Simmons Way
Okehampton, Devon
EX20 1PY
Contact
Sharon Perkins
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DARTMOOR MULTI ACADEMY TRUST - PROVISION OF LEGIONELLA CONTROL & RISK MANAGEMENT SERVICES CONTRACT
two.1.2) Main CPV code
- 90711100 - Risk or hazard assessment other than for construction
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is for the management and provision of water hygiene services. The Contractor will be a member of the Legionella Control Association and responsible for delivering the following legionella and compliance services to the Trust:
a. Risk Assessments
b. Servicing
c. Remedial Works (included in contract but the Trust reserve the right to award such works to other Contractors and therefore these works are not guaranteed).
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 24962000 - Water-treatment chemicals
- 50324200 - Preventive maintenance services
two.2.3) Place of performance
NUTS codes
- UKK4 - Devon
Main site or place of performance
Dartmoor Multi Academy Trust
Wardhayes,
Simmons Way,
Okehampton,
Devon,
EX20 1PY
two.2.4) Description of the procurement
This contract is for the management and provision of water hygiene services to 3 secondary schools, 14 primary schools, and an all-through school for the Trust. The Contractor is required to ensure the Trust’s legal duty to manage its water system from legionella and other waterborne pathogens.
The initial 3-year contract term will be from 1st February 2025 with the option to extend for 2 further 1-year extensions.
The Contractor will be a member of the Legionella Control Association and responsible for delivering the following legionella and compliance services to the Trust:
a. Risk Assessments
b. Servicing
c. Remedial Works (included in contract but the Trust reserve the right to award such works to other Contractors and therefore these works are not guaranteed).
With a view to achieving a smooth and effective service for pupils and staff, the Successful Contractor shall ensure that they:
a. Have the technical and relevant experience to deliver the Legionella Control and Risk Management Services provision to the Trust, whilst demonstrating value for money.
b. Appoint a competent person to take managerial control.
c. Maintain a safe and healthy environment on school premises concerning the control of legionella, including prevention of legionellosis
d. Develop a robust scheme for managing, controlling and/or preventing the risk, ensuring a risk assessment of all water systems is carried out for all sites by a competent person.
e. Implement a system of checks to ensure the effectiveness of the controls and other activities.
f. Ensure all water systems are maintained in accordance with current water hygiene guidelines and all maintenance and other such work be undertaken by suitably competent persons.
g. Demonstrate the ability to deliver the services required in a flexible manner, as to cause minimum disruption to pupils, staff and the day-to-day operations of the school.
h. Adhere to all legal and statutory regulations and guidance to ensure compliance and ensure the delivery of services is at the desired level to meet requirements.
i. Establish effective management and operational level communication systems at all levels regarding the service with the Trust.
j. Actively manage the resulting contract including contract review meetings, overall performance of the contract, and management of Key Performance Indicator (KPI) and Service Level Agreement (SLA).
k. Hold records of all relevant activity, retained for a minimum of 5 years.
l. Be responsible for all legal, and health and safety requirements in delivering the services.
Legionella Control and Risk Management Services are to be delivered at the following Trust schools:
Black Torrington Primary School
Boasley Cross Primary School
Bradford Primary School
Bridestowe Primary School
Bridgerule Primary School
Chagford Primary School
Exbourne Primary School
Highampton Primary School
Holsworthy Community College
Holsworthy College Business & Training Centre
Lydford Primary School
Milton Abbot Primary School
Northlew & Ashbury Primary School
North Tawton Primary School
Okehampton College
Okehampton College – Wardhayes Campus
Okehampton Primary
South Tawton Primary School
St James Primary
The Promise School
Tavistock College
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
36
This contract is subject to renewal
Yes
Description of renewals
Option of 2 further 1 year extensions
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
A Virtual Q&A session will be held on Thursday 26th September 2024. Bidders that wish to participate are requested to book on the session via the tendering portal.
The following information is required for Bidders to secure their booking, no later than 25th September at (12 noon):
a. Attendee Name(s)
b. Attendee Job Role (s)
c. Attendee Email Address (s)
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 Contractor will be a member of the Legionella Control Association
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
As per the tender documents and associated 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
Originally published as:
Date
17 October 2024
Local time
12:00pm
Changed to:
Date
24 October 2024
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 October 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232683.
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.mytenders.co.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.
(MT Ref:232683)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
Dartmoor Multi Academy Trust
Wardhayes Simmons Way
Okehampton, Devon
EX20 1PY
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Dartmoor Multi Academy Trust
Wardhayes Simmons Way
Okehampton, Devon
EX20 1PY
Country
United Kingdom