Contract

Legionella Prevention, Control and Risk Management Services 2024-26

  • East Renfrewshire Council

F03: Contract award notice

Notice identifier: 2024/S 000-032186

Procurement identifier (OCID): ocds-h6vhtk-041df5

Published 8 October 2024, 10:39am



Section one: Contracting authority

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Contact

Sean Skelton

Email

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