Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Contact person: KerriAnne Ben Ammar
Telephone: +44 3003000300
E-mail: kerri-anne.benammar@renfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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 Prevention, Control and Risk Management Services
Reference number: RC-CPU-21-376
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement procedure is for the appointment of a qualified and experienced Contractor(s) for the provision of a Legionella Prevention, Control and Risk Management Service. There is 2 separate Contracts included within this Invitation to Tender where the services are required to take place:
Contract 1 – Renfrewshire Council
Contract 2 – OneRen Renfrewshire Leisure
This is a single procurement procedure for the award of 2 separate contracts, being conducted as an above Government Procurement Agreement (GPA) Threshold Open Tender procedure relating to a Services Contract. Contractors are invited to bid for one or both Contracts.
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
Renfrewshire Council Legionella Prevention, Control and Risk Management Services
II.2.2) Additional CPV code(s)
71000000
71313450
90700000
71630000
38900000
71600000
71632000
90711100
90721800
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Renfrewshire
II.2.4) Description of the procurement
The Services for both Contracts shall include, but not be limited to;
Testing and analysis of water samples taken by the Employer (including collecting samples from location designated by the Employer ).
Providing written reports on samples analysed (legionella and TVC).
Planned Preventative Maintenance of plunge pools at 5 special needs schools.
Planned Preventative Maintenance within 9 leisure and sports centres.
Tank dosing at 3 care homes.
Chlorination of stored water fire tanks.
Cleaning and disinfection of water storage tanks as instructed.
Carry out risk assessments as instructed.
Recording the outcome of all tests and risk assessments within the online L8MS Legionella Management portal.
Provide in-house training courses
Tenderers should refer to Section 4 – Specification of the Invitation to Tender full details on both Contract’s requirements
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Community Benefits, Fair Work First
/ Weighting: 30%
Price
/ Weighting:
70%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Contract period of 3 years with the Council having options to extend for 12 months on 2 occasions only giving a potential total contract period of 5 years for each Contract.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts(Scotland)Regulations2015.
Lot No: 2
II.2.1) Title
OneRen Renfrewshire Leisure Legionella Prevention, Control and Risk Management Services
II.2.2) Additional CPV code(s)
71000000
71313450
90700000
71630000
38900000
71600000
71632000
90711100
90721800
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Renfrewshire
II.2.4) Description of the procurement
The Services for both Contracts shall include, but not be limited to;
Testing and analysis of water samples taken by the Employer (including collecting samples from location designated by the Employer ).
Providing written reports on samples analysed (legionella and TVC).
Planned Preventative Maintenance of plunge pools at 5 special needs schools.
Planned Preventative Maintenance within 9 leisure and sports centres.
Tank dosing at 3 care homes.
Chlorination of stored water fire tanks.
Cleaning and disinfection of water storage tanks as instructed.
Carry out risk assessments as instructed.
Recording the outcome of all tests and risk assessments within the online L8MS Legionella Management portal.
Provide in-house training courses
Tenderers should refer to Section 4 – Specification of the ITT full details on both Contract’s requirements
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality, Community Benefits, Fair Work First
/ Weighting: 30%
Price
/ Weighting:
70%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Contract period of 3 years with OneRen Renfrewshire Leisure having options to extend for 12 months on 2 occasions only giving a potential total contract period of 5 years for each Contract.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts(Scotland)Regulations2015.
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:
It is a requirement of this contract that bidders to hold a particular authorisation or membership of a particular organisation needed in order to be able to perform the service. The authorisation or membership required for this contract is noted below:
Minimum Standards:
Certified member of Legionella Control Association
Registered Closed System Control Association (CSCA) Service Provider Member
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
This Contract will include performance conditions relation to fair working practices and community benefits.
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.1.8) 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:
25/07/2022
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
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/07/2022
Local time: 12:00
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
The recommended tenderer will be required to provide at Request for Documentation stage the following documents:
Health and Safety Questionnaire and supporting information
S1 Equalities Questionnaire
S2 Equalities Declaration
S3 Tender Compliance Certificate
S4 No Collusion Certificate
S5 Prompt Payment Certificate
S9 List of Proposed Domestic Sub Contractors
S14 Destruction of Personal Or Sensitive Information Certificate Sub
Non Disclosure Agreement
Insurance certificates
BACS Form
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 43770. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits is contained within the Invitation to Tender
(SC Ref:698302)
VI.4) Procedures for review
VI.4.1) Review body
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.
VI.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
UK
VI.5) Date of dispatch of this notice
24/06/2022