Contract

Control of Legionella in Water Systems

  • Armagh City Banbridge and Craigavon Borough Council

F03: Contract award notice

Notice identifier: 2024/S 000-032649

Procurement identifier (OCID): ocds-h6vhtk-04846d

Published 10 October 2024, 3:09pm



Section one: Contracting authority

one.1) Name and addresses

Armagh City Banbridge and Craigavon Borough Council

Craigavon Civic and Conference Centre PO Box 66 Lakeview Road

Craigavon

BT64 1AL

Contact

procurementarmaghbanbridgecraigavon.gov.uk

Email

procurement@armaghbanbridgecraigavon.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

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 of Legionella in Water Systems

two.1.2) Main CPV code

  • 71800000 - Consulting services for water-supply and waste consultancy

two.1.3) Type of contract

Services

two.1.4) Short description

Armagh City, Banbridge and Craigavon Borough Council seek to appoint a single company to provide a Legionella Risk Management service across its estate. The council estate is a mixed range of property types including, Civic, Administrative, Operational, Leisure and Community facilities. The service required will enable the Council to comply with: Health and Safety at Work Order (NI) 1978 Management of Health and Safety at Work (NI) Regulations 2003 Control of Substances Hazardous to Health (NI) 2003 The services are to be provided in accordance with HSE Approved Code of Practice (ACOP) L8 and HSG274. The contract will be for an initial period of 2 years with the option to extend for a further two periods of 1 year, giving a maximum available contract term of up to 4 years. Each contract extension option is subject to annual performance review and in agreement of both parties. It is expected that the Contract will commence with the successful contractor in October 2024.

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: £354,041.67

two.2) Description

two.2.2) Additional CPV code(s)

  • 90713000 - Environmental issues consultancy services
  • 90721000 - Environmental safety services
  • 90913000 - Tank and reservoir cleaning services
  • 90711500 - Environmental monitoring other than for construction
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71317210 - Health and safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN07 - Armagh City, Banbridge and Craigavon

two.2.4) Description of the procurement

Armagh City, Banbridge and Craigavon Borough Council seek to appoint a single company to provide a Legionella Risk Management service across its estate. The council estate is a mixed range of property types including, Civic, Administrative, Operational, Leisure and Community facilities. The service required will enable the Council to comply with: Health and Safety at Work Order (NI) 1978 Management of Health and Safety at Work (NI) Regulations 2003 Control of Substances Hazardous to Health (NI) 2003 The services are to be provided in accordance with HSE Approved Code of Practice (ACOP) L8 and HSG274. The contract will be for an initial period of 2 years with the option to extend for a further two periods of 1 year, giving a maximum available contract term of up to 4 years. Each contract extension option is subject to annual performance review and in agreement of both parties. It is expected that the Contract will commence with the successful contractor in October 2024.

two.2.5) Award criteria

Quality criterion - Name: Contract Management / Weighting: 15

Quality criterion - Name: ORGANISATION CO-ORDINATION OF PPM REACTIVE SERVICES AND SUBMISSIONS OF CLAIMS / Weighting: 15

Quality criterion - Name: CONTROL OF LEGIONELLA / Weighting: 10

Quality criterion - Name: WEB BASED MANAGEMENT PACKAGE / Weighting: 5

Cost criterion - Name: Price / Weighting: 55

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 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: 2024/S 000-023157

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 October 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

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

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

HEALTHY BUILDINGS IRELAND LTD

Craigmore House, 19 Millvale Road

NEWRY

BT35 7NH

Email

bids@hberm.com

Telephone

+44 2830839033

Fax

+44 2830252269

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

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: £354,041.67

Total value of the contract/lot: £354,041.67


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

Chichester Street

Belfast

BT1 3JF

Country

United Kingdom