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.

Contract Notice

DoJ:2362579 — Water Treatment Services (Legionella Control) — PSNI Estate [Re-Procurement]

  • First published: 06 August 2019
  • Last modified: 06 August 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Northern Ireland Policing Board
Authority ID:
AA54852
Publication date:
06 August 2019
Deadline date:
05 September 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The employer is looking to appoint a single economic operator (contractor) for the provision of Water Treatment (Legionella Control) planned preventive maintenance and reactive maintenance across the PSNI Estate utilising an NEC3 term service contract. The economic operator will be responsible for the provision of the following:

— risk assessments, including the preparation of schematic drawings and provision of a management plan,

— to provide all aspects of water treatment to the PSNI Estate,

— to ensure that all requirements of BS6700 standards and L8 regulations are achieved,

— to carry out cleaning of service tanks and shower heads,

— to carry out all testing of service tanks and hot and cold water outlets in line with the L8 Regulations Accepted Code of Practice,

— to provide a fully auditable electronic log book recording system.

The contractor must make provision for receiving calls regarding the provision of a 24-7-365 reactive call-out service.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Northern Ireland Policing Board

31 Clarendon Road

Belfast

BT1 3BG

UK

Contact person: Procurement Operations Branch

Telephone: +44 2890816555

E-mail: construct.info@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

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:

https://etendersni.gov.uk/epps/cft/viewContractNotices.do?resourceId=2362579


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps/cft/viewContractNotices.do?resourceId=2362579


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:

https://etendersni.gov.uk/epps/cft/viewContractNotices.do?resourceId=2362579


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DoJ:2362579 — Water Treatment Services (Legionella Control) — PSNI Estate [Re-Procurement]

Reference number: 678768BS

II.1.2) Main CPV code

90913000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The employer is looking to appoint a single economic operator (contractor) for the provision of Water Treatment (Legionella Control) planned preventive maintenance and reactive maintenance across the PSNI Estate utilising an NEC3 term service contract. The economic operator will be responsible for the provision of the following:

— risk assessments, including the preparation of schematic drawings and provision of a management plan,

— to provide all aspects of water treatment to the PSNI Estate,

— to ensure that all requirements of BS6700 standards and L8 regulations are achieved,

— to carry out cleaning of service tanks and shower heads,

— to carry out all testing of service tanks and hot and cold water outlets in line with the L8 Regulations Accepted Code of Practice,

— to provide a fully auditable electronic log book recording system.

The contractor must make provision for receiving calls regarding the provision of a 24-7-365 reactive call-out service.

II.1.5) Estimated total value

Value excluding VAT: 450 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90913000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The employer is looking to appoint a single economic operator (contractor) for the provision of Water Treatment (Legionella Control) planned preventive maintenance and reactive maintenance across the PSNI Estate utilising an NEC3 term service contract. The economic operator will be responsible for the provision of the following:

— risk assessments, including the preparation of schematic drawings and provision of a management plan,

— to provide all aspects of water treatment to the PSNI Estate,

— to ensure that all requirements of BS6700 standards and L8 regulations are achieved,

— to carry out cleaning of service tanks and shower heads,

— to carry out all testing of service tanks and hot and cold water outlets in line with the L8 Regulations Accepted Code of Practice,

— to provide a fully auditable electronic log book recording system.

The contractor must make provision for receiving calls regarding the provision of a 24-7-365 reactive call-out service.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 450 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The contract will be for a period of 5 years with break clauses at the end of years 3 and 4 which may be exercised at the employer’s discretion.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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

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:

Accredited membership of 3rd party body (Legionella Control Association) or equivalent.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

90913000-0 — Other Services — Cleaning — Cleaning (water treatment/disinfecting) — Water treatment and water hygiene services e.g. chlorination and also Legionella control measures.

90913000-0 — Other Services — Cleaning — Cleaning Term Contract (water treatment/disinfecting) — Water treatment and water hygiene services e.g. chlorination and. also Legionella control measures.


Minimum level(s) of standards required:

Contractors/consultants are required to be registered and have verified status on constructionline. Suppliers should have the minimum category value (90 000 GBP) in at least 1 of the constructionline categories specified above. Group of economic operators or other entity members only: each member must have a minimum category value of 36 000 GBP and the sum of their category values must be equal to or greater than the value set out above.

Insurance details:

— public liability insurance = 10 000 000 GBP,

— employers liability insurance = 10 000 000 GBP.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The economic operators’ (EO) performance will be regularly monitored. As part of its contract management procedures, the contracting authority (CA) will use the protocol for managing poor supplier performance contained in Procurement Guidance Note PGN 01/12 — Contract management principles and procedures: https://www.financeni.. gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures

If an EO has received more than 1 current notice of written warning or a notice of unsatisfactory performance, the CA, at its discretion, can consider an economic operator’s exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively. A list of bodies subject to Northern Ireland Public Procurement Policy can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 145-111984

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 05/09/2019

Local time: 15:00

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: 17 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

CPD, in its capacity as a central purchasing body, is administering this procurement on behalf of the Contracting Authority. The contracting authority expressly reserves the right:

(i) to award 1, some, all or no lots;

(ii) not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and

(iii) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the authority be liable for any costs incurred by economic operators or candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the economic operator or candidate participating in this procurement process. This project will be used to progress the Government’s wider social, economic and environmental objectives. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation, etc. will be paid if a contract or framework agreement is withdrawn for any reason. Economic operators should take part in this process only on the basis that they fully understand and accept this position.

VI.4) Procedures for review

VI.4.1) Review body

Construction Procurement Delivery CPD, Department of Finance NI

CPD, Clare House, 303 Airport Road West

Belfast

BT3 9ED

UK

Telephone: +44 2890816555

Internet address(es)

URL: https://www.finance-ni.gov.uk/contact

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen (a court may extend the time-limit to 3 months, where the court considers that there is a good reason for doing so).

VI.5) Date of dispatch of this notice

02/08/2019

Coding

Commodity categories

ID Title Parent category
90913000 Tank and reservoir cleaning services Cleaning services

Delivery locations

ID Description
100 UK - All

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:
construct.info@finance-ni.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.