Section one: Contracting authority
one.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
Contact
Andy Rhattigan
andy.rhattigan@scotland-excel.org.uk
Telephone
+44 3033333000
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
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