Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Legionella Control and Water Management

  • First published: 24 April 2017
  • Last modified: 24 April 2017

Contents

Summary

OCID:
ocds-kuma6s-062868
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
24 April 2017
Deadline date:
31 May 2017
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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). CPV: 65100000, 09320000, 24962000, 31000000, 38000000, 39000000, 42000000, 43324100, 44000000, 51100000, 65100000, 71700000, 90700000, 41000000, 09320000, 24962000, 31000000, 38000000, 39000000, 42000000, 43324100, 44000000, 51100000, 65100000, 71700000, 90700000, 41000000, 09320000, 24962000, 31000000, 38000000, 39000000, 42000000, 43324100, 44000000, 51100000, 65100000, 71700000, 90700000, 41000000, 09320000, 24962000, 31000000, 38000000, 39000000, 41000000, 42000000, 43324100, 44000000, 51100000, 65100000, 71700000, 90700000, 09320000, 24962000, 31000000, 38000000, 39000000, 42000000, 43324100, 44000000, 51100000, 65100000, 71700000, 90700000, 41000000, 09320000, 24962000, 31000000, 38000000, 39000000, 42000000, 43324100, 44000000, 51100000, 65100000, 71700000, 90700000, 41000000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
41000000 Collected and purified water Environment and Sanitation
44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus Materials and Products
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
90700000 Environmental services Sewage, refuse, cleaning and environmental services
43324100 Equipment for swimming pools Drainage equipment
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products Technology and Equipment
42000000 Industrial machinery Technology and Equipment
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
09320000 Steam, hot water and associated products Electricity, heating, solar and nuclear energy
65100000 Water distribution and related services Public utilities
24962000 Water-treatment chemicals Various chemical products

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
colin.scoines@lhc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.