Section one: Contracting authority
one.1) Name and addresses
Prifysgol Bangor / Bangor University
Finance Office, Neuadd Reichel, Ffriddoedd Road
Bangor
LL57 2TR
Contact
Jane hulmston
Telephone
+44 1248382057
Country
United Kingdom
NUTS code
UKL12 - Gwynedd
National registration number
1141565
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0340
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/home.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etenderwales.bravosolution.co.uk/home.html
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
Bangor University Water Quality Management Services (Including Legionella)
Reference number
BU052024
two.1.2) Main CPV code
- 90711000 - Environmental impact assessment other than for construction
two.1.3) Type of contract
Services
two.1.4) Short description
Tender for the Management of Water quality including Legionella.
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
- 71630000 - Technical inspection and testing services
- 45232430 - Water-treatment work
two.2.3) Place of performance
NUTS codes
- UKL12 - Gwynedd
- UKL23 - Flintshire and Wrexham
- UKL11 - Isle of Anglesey
Main site or place of performance
Bangor University buildings in Bangor, Gwynedd and other Campus sites in Wrexham and Menai (Anglesey)
two.2.4) Description of the procurement
Bangor University (hereinafter referred to as the University) wish to appoint a suitably qualified and experienced Contractor to undertake Water Safe Monitoring to prevent the risk of Legionella across its campuses. The purpose of this contract is to ensure that all sites meet the appropriate statutory legal requirements.
The Provision of a full Water Quality Management Service incorporating Risk Assessment, Water Hygiene Maintenance Services and Cleaning and Disinfection of Cold-water Storage Tanks (if required) and water Sampling (if required).
The Contractor shall offer the services as a full management programme, thus providing a continuity of service compliant with current legislation, HSE Legionnaires’ disease Approved Code of Practice (ACoP) L8 – 4th edition, and BS8580: 2019 Risk assessments for Legionella control, or any superseding codes of practice. Must be fully compliant with HSE Guidance Note: HSG 274.
The Contractor must be a member of the Legionella Control Association.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
2 x 12 month options to extend
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
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
Must 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 detailed in the Tender documents listed on eTenderwales as previously referenced.
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
8 October 2024
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: 2 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 October 2024
Local time
12:00pm
Place
Online - eTenderwales
Information about authorised persons and opening procedure
Jane Hulmston - Procurement Category Manager
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
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=142150
(WA Ref:142150)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom