Contract

Control & Prevention of Legionella

  • Dumfries and Galloway Council

F03: Contract award notice

Notice identifier: 2023/S 000-032391

Procurement identifier (OCID): ocds-h6vhtk-03d536

Published 2 November 2023, 9:40am



Section one: Contracting authority

one.1) Name and addresses

Dumfries and Galloway Council

Procurement Team, Carruthers House

Dumfries

DG1 2HP

Contact

Andy Rhattigan

Email

andy.rhattigan@scotland-excel.org.uk

Telephone

+44 3033333000

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

http://www.dumgal.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Control & Prevention of Legionella

Reference number

DGCF-0001

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

Contract requirements

This tender process is for participation in the Contract for control of Legionella 2023-2026 and associated equipment in sites throughout

Dumfries and Galloway.

Works will include and not be restricted to the Control & Prevention of Legionella and HSG & ACOP.

The contractor shall ensure that Dumfries & Galloway Council are compliant at all times, however not restricted to both HSG274 and L8

ACOP and as a Condition of this Contract, the Contractor accepts the responsibility at all times to ensure Compliance is being upheld.

All works should be undertaken in a manner that promotes best practice by suitably qualified and competent person and in compliance with

BS 7671. All persons carrying out work during this contract must be suitably qualified and in possession of relevant current up to date

training certification and must submit copies of qualifications, training record, certificates of competence etc with their Tender submission.

The contractor is required to be fully trained, competent and experienced in the field of Legionella Control. Clear evidence of training and

competency must be submitted at tender stage within the returning procurement documentation and that training can be certified to

individual groups

Contractors will provide the provision of a Cloud Based Recording & Monitoring System (CBRMS) and client licences. The provision of

the facility to upload all previous information supplied by others (Incumbent Contractor) and not restricted to recording alterations,

adjustments, and monitoring of all works. To ensure compliance of Dumfries and Galloway Council.

Access to all sections of the (CBRMS) in line with the information stored so as to provide compliance shall be available through licences

for all stakeholders. All (CBRMS) costs and licences shall be within the returning rates of this document and at no extra cost whatsoever to

this contract.

The Contract will be let as one geographical area

There is attached a Schedule of Rates where individual prices shall be submitted in providing Dumfries and Galloway assurances that all

works shall be carried out under current Health and Safety Legislation.

Orders for this contract will be issued on one of four timescales, which must be adhered to, these being:-

A1 - Immediate

A2 - 2 Working Days

A3 – 7 working Days

A4 – 30 Days

Attendance under these timescales will be measured and used to Calculate KPI’s within this contact, which will be discussed at regular

progress meetings. Continued failure to attend within these timescales could result in a breach of 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: £366,079.35

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
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Contract requirements

This tender process is for participation in the Contract for control of Legionella 2023-2026 and associated equipment in sites throughout

Dumfries and Galloway.

Works will include and not be restricted to the Control & Prevention of Legionella and HSG & ACOP.

The contractor shall ensure that Dumfries & Galloway Council are compliant at all times, however not restricted to both HSG274 and L8

ACOP and as a Condition of this Contract, the Contractor accepts the responsibility at all times to ensure Compliance is being upheld.

All works should be undertaken in a manner that promotes best practice by suitably qualified and competent person and in compliance with

BS 7671. All persons carrying out work during this contract must be suitably qualified and in possession of relevant current up to date

training certification and must submit copies of qualifications, training record, certificates of competence etc with their Tender submission.

The contractor is required to be fully trained, competent and experienced in the field of Legionella Control. Clear evidence of training and

competency must be submitted at tender stage within the returning procurement documentation and that training can be certified to

individual groups

Contractors will provide the provision of a Cloud Based Recording & Monitoring System (CBRMS) and client licences. The provision of

the facility to upload all previous information supplied by others (Incumbent Contractor) and not restricted to recording alterations,

adjustments, and monitoring of all works. To ensure compliance of Dumfries and Galloway Council.

Access to all sections of the (CBRMS) in line with the information stored so as to provide compliance shall be available through licences

for all stakeholders. All (CBRMS) costs and licences shall be within the returning rates of this document and at no extra cost whatsoever to

this contract.

The Contract will be let as one geographical area

There is attached a Schedule of Rates where individual prices shall be submitted in providing Dumfries and Galloway assurances that all

works shall be carried out under current Health and Safety Legislation.

Orders for this contract will be issued on one of four timescales, which must be adhered to, these being:-

A1 - Immediate

A2 - 2 Working Days

A3 – 7 working Days

A4 – 30 Days

Attendance under these timescales will be measured and used to Calculate KPI’s within this contact, which will be discussed at regular

progress meetings. Continued failure to attend within these timescales could result in a breach of contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

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

This Notice relates to a previously advertised tender published on 24 April 2023. Ref no: APR476927


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 000-016473


Section five. Award of contract

Contract No

DGCF-0001

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 November 2023

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cleartech Group Ltd

Block 2, Unit 9, First Road, Blantyre Industrial Estate

Glasgow

G72 0ND

Telephone

+44 1355267199

Fax

+44 1355267109

Country

United Kingdom

NUTS code
  • UKM95 - South Lanarkshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £525,000

Total value of the contract/lot: £366,079.35


Section six. Complementary information

six.3) Additional information

This Notice relates to a previously advertised tender published on 24 April 2023. Ref no: APR476927

(SC Ref:749141)

six.4) Procedures for review

six.4.1) Review body

Dumfries Sheriff Court

Buccleuch Street

Dumfries

DG1 2AN

Country

United Kingdom