Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Rhondda Cynon Taf CBC
The Pavilions, Clydach Vale
Tonypandy
CF40 2XX
UK
Telephone: +44 1443744550
E-mail: purchasing@rctcbc.gov.uk
NUTS: UKL15
Internet address(es)
Main address: http://www.rctcbc.gov.uk/
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Legionella Water Systems Risk Assessment and Treatment
Reference number: RCT/CE/S304/17
II.1.2) Main CPV code
45232430
II.1.3) Type of contract
Services
II.1.4) Short description
Lot 1 Legionella Water Systems Risk Assessment
Lot 2 Water Cistern and Systems Disinfection
II.1.5) Estimated total value
Value excluding VAT:
344 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Legionella Water Systems Risk Assessment
II.2.2) Additional CPV code(s)
71600000
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Rhondda Cynon Taf County Borough Council
II.2.4) Description of the procurement
Lot 1
The Provision of Water Services Risk Assessments.
3 and/or 6 Monthly Monitoring and Task provision as per AA2 Pricing Schedule.
The Control of Legionella Bacteria in Water Systems
Update the Authorities Data Capture system Ramis or other new system that may be implemented.
Cyclical Servicing of Thermostatic Mixing Valves (TMV).
Supply of Site Specific Log Books.
Deliver on-site training of operatives in minor tasks i.e. flushing little used outlets.
Contract period is initially 3years with and option to extend up to 12 months. Contract start date 1st April 2018, end date 31st March 2021, plus an option to extend up to 12 months.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Water Cistern and System Disinfection
II.2.2) Additional CPV code(s)
45232430
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Rhondda Cynon Taf County Borough Council
II.2.4) Description of the procurement
Where Risk Assessment/Monitoring Inspection dictates, carry out the Water Cistern and System Disinfection. Contract period is initially 3years with and option to extend up to 12 months. Contract start date 1st April 2018, end date 31st March 2021, plus an option to extend up to 12 months.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality / Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
44 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/01/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
19/04/2018
IV.2.7) Conditions for opening of tenders
Date:
19/01/2018
Local time: 12:00
Place:
Valleys Innovation Centre
Navigation Park
Abercynon
CF45 4SN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
LOT 1 ONLY
This tender procedure is seeking to replace (in part) a contract currently held by the existing service provider. The Employers assume that TUPE will apply to the retendering of this framework.
The basic employee information, which has been provided by the existing Service Provider, will be available to Tenderers upon receipt of a signed AA5 - Confidentiality Undertaken document. This is available for download from the etenderwales bravosolution system. This information was confirmed as correct at the time of inviting companies to tender. Tenderers are advised that this may change during the process.
The Employers preliminary view is entirely without prejudice to the responsibility. Tenderers to form their own views on these matters and to take their own independent professional advice. Prospective Tenderers will need to satisfy themselves as to whether TUPE applies to this contract, in particular in relation to employees presently working for the current Service provider of the service. If TUPE is applicable, the current Service Provider & Prospective Tenderer will be responsible for ensuring compliance and the Employers will not accept any responsibility whatsoever with regard to TUPE. Therefore, Tenderers are strongly advised to seek legal advice regarding the TUPE prior to submitting their tender.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=73314.
(WA Ref:73314)
VI.4) Procedures for review
VI.4.1) Review body
Rhondda Cynon Taf CBC
The Pavilions, Clydach Vale
Tonypandy
CF40 2XX
UK
Telephone: +44 1443744550
E-mail: purchasing@rctcbc.gov.uk
Internet address(es)
URL: http://www.rctcbc.gov.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Any contract award will be conditional on the Contract being approved in accordance with the Council’s internal procedures and the Council being generally able to proceed and will allow the statutory standstill period of a minimum of 10 calendar days to elapse before sending confirmation of contract award to the successful Tenderer.
VI.5) Date of dispatch of this notice
05/12/2017