Section one: Contracting authority
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
Contact
Sean Skelton
sean.skeltonr@eastrenfrewshire.gov.uk
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.eastrenfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
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 2024-26
Reference number
ERC000305
two.1.2) Main CPV code
- 90713100 - Consulting services for water-supply and waste-water other than for construction
two.1.3) Type of contract
Services
two.1.4) Short description
East Renfrewshire council are seeking bids for a Measured Term Contract to provide a Legionella Bacteria Control, Prevention and Risk Management Service for East Renfrewshire Council Properties (Housing and Non-Housing) 2019-21 programme in compliance with the following:
-Legionnaires’ Disease (The Control of Legionella Bacteria in Water Systems) L8 Approved Code of Practice and Guidance on Regulations;
-Legionnaires’ Disease Technical Guidance Parts 1, 2 and 3;
-Current E.C. Guidelines;
-Workplace Regulations;
-Food Safety Act;
-The Health and Safety at Work Act 1974;
-The Control of Substances Hazardous to Health Regulations 2002;
-The Management of Health and Safety at Work Regulations 1999;
-The Notification of Cooling Towers and Evaporative Condensers Regulations 1992.
East Renfrewshire Council requires the Legionella Bacteria Control, Prevention and Risk Management service for approximately 128 non housing properties, 8 sheltered housing complexes, 1 homeless unit and 2939 domestic dwellings (housing properties). All the non-housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance. A percentage of the housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance the provision for this is included within the contract.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,800,000
two.2) Description
two.2.2) Additional CPV code(s)
- 38910000 - Hygiene monitoring and testing equipment
- 38341500 - Contamination-monitoring devices
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Open Route 3 Tender (Services Contract) Utilising Public Contract Scotland Tender
The form of contract for will be the SBCC Measured Term Contract for use in Scotland (2011 Edition).
For the avoidance of doubt bidders should note that the value in this notice is a ceiling value and is not guaranteed or implied and will only be utilised should the winning contractor be performing effectively, have capacity when such works arise and provide a quick cost effective option for such spend.
two.2.5) Award criteria
Quality criterion - Name: Methodology & Approach / Weighting: 40
Quality criterion - Name: Contract Management / Weighting: 30
Quality criterion - Name: Recording And Storage Of Information - / Weighting: 15
Quality criterion - Name: Net Zero / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Fair Working Practices / Weighting: 5
Price - Weighting: 60
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 8 and 9 of the Procurement (Scotland) Regulations 2016.
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-035335
Section five. Award of contract
Contract No
ERC000305
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 April 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
WQS WONDERSEAL Ltd
10/61 Springfield Road, Salsburgh
Shotts
ML7 4LP
Telephone
+44 1236437377
Fax
+44 1236437377
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,800,000
Section six. Complementary information
six.3) Additional information
Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days
of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.
The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice
(SC Ref:779936)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff Court and Justice of the Peace
Paisley
Country
United Kingdom