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

Legionella Prevention, Control and Risk Management Services

  • First published: 25 June 2022
  • Last modified: 25 June 2022

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:
ocds-h6vhtk-034a89
Published by:
Renfrewshire Council
Authority ID:
AA21061
Publication date:
25 June 2022
Deadline date:
25 July 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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

Full notice text

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

See VI.4.3

See VI.4.3

UK

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

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71313450 Environmental monitoring for construction Environmental engineering consultancy services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
38900000 Miscellaneous evaluation or testing instruments Laboratory, optical and precision equipments (excl. glasses)
90721800 Natural risks or hazards protection services Environmental safety services
90711100 Risk or hazard assessment other than for construction Environmental impact assessment other than for construction
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71632000 Technical testing services Technical inspection and testing services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection 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:
kerri-anne.benammar@renfrewshire.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.