Contract notice
Section I: Contracting
authority
I.1) Name and addresses
LHC on behalf of WPA (Welsh Procurement Association)
Regus House, Falcon Drive
Cardiff Bay
CF10 4RU
UK
Contact person: Colin Scoines
Telephone: +44 1313060176
E-mail: colin.scoines@lhc.gov.uk
NUTS: UK
Internet address(es)
Main address: www.lhc.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA21020
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.tenders@lhc.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.tenders.lhc.gov.uk
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
www.tenders@lhc.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Public sector framework tendering organisation
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Legionella Control and Water Management
Reference number: WM1
II.1.2) Main CPV code
65100000
II.1.3) Type of contract
Services
II.1.4) Short description
LHC seeks to establish a framework agreement comprising of:
Workstream 1 — Water Hygiene Consultants
Workstream 2 — Water System Maintenance & Associated Services
Each split across regional lots.
This framework shall offer the services required to control Legionella, other waterborne pathogens and activities associated with the equipment supplying water.
Including but not exclusively assists our member’s requirement to fulfil their legal duties stated under - L8 Accepted Code of Practice and Guidance - Legionnaires’ Disease the Control of Legionella Bacteria in Water, control other water pathogens, pipework corrosion, risk from scalding, management of grey water and rainwater harvesting system and building. using private water systems (ground sourced).
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Workstream 1 — Water Hygiene Consultants (North Wales)
II.2.2) Additional CPV code(s)
09320000
24962000
31000000
38000000
39000000
42000000
43324100
44000000
51100000
65100000
71700000
90700000
41000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
II.2.4) Description of the procurement
Workstream 1 - Water Hygiene Consultants
>Essential services (Mandatory):
>> Independent Consultancy Services
>> Risk Assessment Services
>> Hot and Cold Monitoring & Inspection Services
>> Legionella Analytical Services
>> Legionella Awareness Training
>Optional Services (Non-Mandatory)
>> Schematic Drawings
>> Water Treatment Services
>> Cleaning & Disinfection Services
>> Web Based (Portal) Electronic Logbook System
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
No
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
II.2.14) Additional information
The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each workstream with Mandatory and Non-Mandatory service tasks.
Lot No: 2
II.2.1) Title
Workstream 2 — Workstream 2 - Water System Maintenance and Associated Services (North Wales)
II.2.2) Additional CPV code(s)
09320000
24962000
31000000
38000000
39000000
42000000
43324100
44000000
51100000
65100000
71700000
90700000
41000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
II.2.4) Description of the procurement
Workstream 2 - Water System Maintenance and Associated Services
>Essential services (Mandatory)
>>Monitoring & Inspection
>>Cleaning and Disinfection
>>Maintenance Activities
>>Optional Service (Non - Mandatory)
>>>>The Management and Control of Evaporative Cooling and other High-Risk Industrial Water Systems.
>>Swimming pools Plant Room Equipment
>>Water Treatment Products
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
No
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
II.2.14) Additional information
The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each workstream with Mandatory and Non-Mandatory service tasks
Lot No: 3
II.2.1) Title
Workstream 1 — Water Hygiene Consultants (Mid Wales)
II.2.2) Additional CPV code(s)
09320000
24962000
31000000
38000000
39000000
42000000
43324100
44000000
51100000
65100000
71700000
90700000
41000000
II.2.3) Place of performance
NUTS code:
UKL14
UKL15
II.2.4) Description of the procurement
Workstream 1 - Water Hygiene Consultants
>Essential services (Mandatory):
>> Independent Consultancy Services
>>Risk Assessment Services
>> Hot and Cold Monitoring & Inspection Services
>> Legionella Analytical Services
>> Legionella Awareness Training
>Optional Services (Non-Mandatory)
>> Schematic Drawings
>> Water Treatment Services
>> Cleaning & Disinfection Services
>>Web Based (Portal) Electronic Logbook System
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
No
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
II.2.14) Additional information
The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each Workstream with Mandatory and Non-Mandatory service tasks
Lot No: 4
II.2.1) Title
Workstream 2 - Water System Maintenance and Associated Services (Mid Wales)
II.2.2) Additional CPV code(s)
09320000
24962000
31000000
38000000
39000000
42000000
43324100
44000000
51100000
65100000
71700000
90700000
41000000
II.2.3) Place of performance
NUTS code:
UKL14
UKL15
II.2.4) Description of the procurement
Workstream 2 - Water System Maintenance and Associated Services
>Essential services (Mandatory)
>>Monitoring & Inspection
>>Cleaning and Disinfection
>>Maintenance Activities
>>Optional Service (Non - Mandatory)
>>>>The Management and Control of Evaporative Cooling and other High-Risk Industrial Water Systems.
>>Swimming pools Plant Room Equipment
>>Water Treatment Products
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
II.2.14) Additional information
The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each Workstream with Mandatory and Non-Mandatory service tasks
Lot No: 5
II.2.1) Title
Workstream 1 — Water Hygiene Consultants Lot 16 (South Wales)
II.2.2) Additional CPV code(s)
09320000
24962000
31000000
38000000
39000000
42000000
43324100
44000000
51100000
65100000
71700000
90700000
41000000
II.2.3) Place of performance
NUTS code:
UKL17
UKL18
UKL24
UKL23
UKL21
UKL22
II.2.4) Description of the procurement
Workstream 1 - Water Hygiene Consultants
>Essential services (Mandatory):
>> Independent Consultancy Services
>>Risk Assessment Services
>> Hot and Cold Monitoring & Inspection Services
>> Legionella Analytical Services
>> Legionella Awareness Training
>Optional Services (Non-Mandatory)
>> Schematic Drawings
>> Water Treatment Services
>> Cleaning & Disinfection Services
>>Web Based (Portal) Electronic Logbook System
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
No
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
II.2.14) Additional information
The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each Workstream with Mandatory and Non-Mandatory service tasks
Lot No: 6
II.2.1) Title
Workstream 2 - Water System Maintenance and Associated Services (South Wales)
II.2.2) Additional CPV code(s)
09320000
24962000
31000000
38000000
39000000
41000000
42000000
43324100
44000000
51100000
65100000
71700000
90700000
II.2.3) Place of performance
NUTS code:
UKL17
UKL18
UKL24
UKL23
UKL21
UKL22
II.2.4) Description of the procurement
Workstream 2 - Water System Maintenance and Associated Services
>Essential services (Mandatory)
>>Water monitoring and sampling
>>Flushing and disinfection
>>Water Management
>>Optional Service (Non - Mandatory)
>>The Management and Control of Evaporative Cooling and other High-Risk Industrial Water Systems.
>>Swimming pools Plant Room Equipment
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
No
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
II.2.14) Additional information
The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each Workstream with Mandatory and Non-Mandatory service tasks
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
.1 WMSoc (Water Management Society) membership
or
.2 Registered with LCA (Legionella Control Association) with the relevant categories:
a. Independent Consultancy Services;
b. Legionella Risk Assessment Services;
c. Hot and Cold Water Monitoring and Inspection Services;
d. Training Services;
e. Legionella Analytical Services;
Companies supplying the optional service are required to hold LCA registration for:
f. Water Treatment Services; and g.Cleaning and Disinfection Services
III.1.2) Economic and financial standing
List and brief description of selection criteria:
LHC uses the following ratios to evaluate each bidder’s and approved contractor’s financial status: -
>Turnover: this is calculated as twice the typical value for projects called off this framework.
>>Workstream One — Water Hygiene Consultants 250 000 GBP
>>Workstream Two — Water System Maintenance 500 000 GBP
>Profitability: this is calculated as profit after tax but before dividends and minority interests. If a company makes a profit, then it passes this ratio; and
>Liquidity: this is calculated as current assets and work in progress, divided by current liabilities. If the answer is greater than one, then it passes this ratio
Where two out of three of the ratios cannot be met LHC reserves the right to undertake its own detailed financial assessment of the bidder in order to ascertain to its own satisfaction the financial and economic standing and robustness of the organisation of the bidder and also, where applicable, the Parent/Holding Company and its subsidiaries.
Minimum level(s) of standards required:
Insurances
Employer's (Compulsory) Liability Insurance — 5 000 000 GBP
Public Liability Insurance — 5 000 000 GBP
Professional Indemnity Insurance — 5 000 000 GBP
Product Liability Insurance — 5 000 000 GBP
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 24
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2016/S 165-297986
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/05/2017
Local time: 13:00
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
Duration in months: 90 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
01/06/2017
Local time: 14:00
Place:
Electronic Procurement Process
Opened at LHC Head Office
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
This LHC framework will be available for all Public Bodies, but not limited to Local Government, Local Authorities,Registered Housing Associations, Schools, Colleges including Academies, Collages, Universities,Former Central and Local Government Bodies and Non-Financial Corporations individual names can be found on the following:
UK GOVERNMENT ORGANISATIONS — https://www.gov.uk/government/organisations
NATIONAL:
NHS AUTHORITIES AND TRUSTS — — http://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
ENGLAND — Organisations stated in the Public Sector Classification Guide — http://www.ons.gov.uk/ons/rel/na-classification/national-accounts-sector-classification/classification-update--january-2015/public-sector-classification-guide---january-2015.xls
SCHOOLS in ENGLAND & WALES- http://www.education.gov.uk/edubase/edubasealldata20160927.csv
COLLEGES in ENGLAND & WALES — https://www.gov.uk/check-a-university-is-officially-recognised/listed-bodies
ACADAMIES in ENGLAND & WALES — All open academies and free schools.csv and All open academiesandfree school links.csv and Academy sponsor and trust links.csv (prepared: 27/09/2016 03:40).
OPEN CHILDREN CENTRES — All open children's centres.csv (prepared: 27.9.2016 03:36).
UNIVERSITIES IN ENGLAND & WALES — https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
FIRE AND RESCUE SERVICES IN THE UNITED KINGDOM — http://www.fireservice.co.uk/information/ukfrs
POLICE FORCES in ENGLAND & WALES — https://www.police.uk/contact/force-websites/
UK CHARITIES — http://beta.charitycommission.gov.uk/
LOCAL AUTHORITIES- http://www.nationalarchives.gov.uk/webarchive/local-authority-a-z-list.htm
REGISTERED HOUSING PROVIDERS — https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/549720/List_of_Registered_Providers_1_Sep_2016.xlsx
Due to word count limitations imposed by the notice registration portal we are unable to include the names of every individual organisation who can use this framework, but a complete list is available at www.lhc.gov.uk/24
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=62868.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
summary of the expected community benefits has been provided as follows:
LHC Clients are required to consider community benefits on each and every contract. Tenderers must be awarethat LHC Clients may add community benefit requirements including but not limited to:
— to generate employment and training opportunities for priority groups;
— vocational training;
— to up-skill the existing workforce;
— equality and diversity initiatives;
— to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;
— supply-chain development activity;
— to build capacity in community organisations;
— educational support initiatives;
— to work with schools, colleges and universities to offer work experience; and— to minimise negative environmental impacts, for example, impacts associated with vehicle movements and/or associated emissions and impacts on protected areas, buildings or sites
For the avoidance of doubt in Scotland, it is mandatory for community benefit requirements to be included for all projects over the relevant OJEU Threshold.
(WA Ref:62868)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
LHC on behalf of WPA
Regus House, Falcon Drive
Cardiff Bay
CF10 4RU
UK
Telephone: +44 1313060176
Internet address(es)
URL: www.lhc.gov.uk
VI.5) Date of dispatch of this notice
21/04/2017