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