Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
UK
Contact person: Andy Rhattigan
Telephone: +44 3033333000
E-mail: andy.rhattigan@scotland-excel.org.uk
NUTS: UKM92
Internet address(es)
Main address: http://www.dumgal.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
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://www.publictendersscotland.publiccontractsscotland.gov.uk
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
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.publiccontractsscotland.gov.uk
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
Control & Prevention of Legionella
Reference number: DGCF-0001
II.1.2) Main CPV code
90713100
II.1.3) Type of contract
Services
II.1.4) Short description
Contract requirements
This tender process is for participation in the Contract for control of Legionella 2023-2026 and associated equipment in sites throughout
Dumfries and Galloway.
Works will include and not be restricted to the Control & Prevention of Legionella and HSG & ACOP.
The contractor shall ensure that Dumfries & Galloway Council are compliant at all times, however not restricted to both HSG274 and L8
ACOP and as a Condition of this Contract, the Contractor accepts the responsibility at all times to ensure Compliance is being upheld.
All works should be undertaken in a manner that promotes best practice by suitably qualified and competent person and in compliance with
BS 7671. All persons carrying out work during this contract must be suitably qualified and in possession of relevant current up to date
training certification and must submit copies of qualifications, training record, certificates of competence etc with their Tender submission.
The contractor is required to be fully trained, competent and experienced in the field of Legionella Control. Clear evidence of training and
competency must be submitted at tender stage within the returning procurement documentation and that training can be certified to
individual groups
Contractors will provide the provision of a Cloud Based Recording & Monitoring System (CBRMS) and client licences. The provision of
the facility to upload all previous information supplied by others (Incumbent Contractor) and not restricted to recording alterations,
adjustments, and monitoring of all works. To ensure compliance of Dumfries and Galloway Council.
Access to all sections of the (CBRMS) in line with the information stored so as to provide compliance shall be available through licences
for all stakeholders. All (CBRMS) costs and licences shall be within the returning rates of this document and at no extra cost whatsoever to
this contract.
The Contract will be let as one geographical area
There is attached a Schedule of Rates where individual prices shall be submitted in providing Dumfries and Galloway assurances that all
works shall be carried out under current Health and Safety Legislation.
Orders for this contract will be issued on one of four timescales, which must be adhered to, these being:-
A1 - Immediate
A2 - 2 Working Days
A3 – 7 working Days
A4 – 30 Days
Attendance under these timescales will be measured and used to Calculate KPI’s within this contact, which will be discussed at regular
progress meetings. Continued failure to attend within these timescales could result in a breach of contract.
II.1.5) Estimated total value
Value excluding VAT:
700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
38910000
38341500
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
Contract requirements
This tender process is for participation in the Contract for control of Legionella 2023-2026 and associated equipment in sites throughout
Dumfries and Galloway.
Works will include and not be restricted to the Control & Prevention of Legionella and HSG & ACOP.
The contractor shall ensure that Dumfries & Galloway Council are compliant at all times, however not restricted to both HSG274 and L8
ACOP and as a Condition of this Contract, the Contractor accepts the responsibility at all times to ensure Compliance is being upheld.
All works should be undertaken in a manner that promotes best practice by suitably qualified and competent person and in compliance with
BS 7671. All persons carrying out work during this contract must be suitably qualified and in possession of relevant current up to date
training certification and must submit copies of qualifications, training record, certificates of competence etc with their Tender submission.
The contractor is required to be fully trained, competent and experienced in the field of Legionella Control. Clear evidence of training and
competency must be submitted at tender stage within the returning procurement documentation and that training can be certified to
individual groups
Contractors will provide the provision of a Cloud Based Recording & Monitoring System (CBRMS) and client licences. The provision of
the facility to upload all previous information supplied by others (Incumbent Contractor) and not restricted to recording alterations,
adjustments, and monitoring of all works. To ensure compliance of Dumfries and Galloway Council.
Access to all sections of the (CBRMS) in line with the information stored so as to provide compliance shall be available through licences
for all stakeholders. All (CBRMS) costs and licences shall be within the returning rates of this document and at no extra cost whatsoever to
this contract.
The Contract will be let as one geographical area
There is attached a Schedule of Rates where individual prices shall be submitted in providing Dumfries and Galloway assurances that all
works shall be carried out under current Health and Safety Legislation.
Orders for this contract will be issued on one of four timescales, which must be adhered to, these being:-
A1 - Immediate
A2 - 2 Working Days
A3 – 7 working Days
A4 – 30 Days
Attendance under these timescales will be measured and used to Calculate KPI’s within this contact, which will be discussed at regular
progress meetings. Continued failure to attend within these timescales could result in a breach of contract.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 30
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
700 000.00
GBP
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:
council will have the option to extend by 12 months
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
This Notice relates to a previously advertised tender published on 24 April 2023. Ref no: APR476927
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:
List and brief description of conditions:
Bidders are required to be fully trained, competent and experienced in the field of Legionella Control, Clear evidence of training and
competency must be supplied to ensure Dumfries & Galloway Council are compliant and the minimum requirements are;
HSG274
L8 ACOP
Asbestos Awareness Training
H & S Training
Combined Spaces
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
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:
10/07/2023
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
10/07/2023
Local time: 12:00
Place:
Dumfries and Galloway Council, Carruthers House, Dumfries (or via On-Line methods at alternate locations)
Information about authorised persons and opening procedure:
All tenders will be opened in a secure location and witnessed by members of the a procurement team authorised by the Council.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
This Notice relates to a previously advertised tender published on 24 April 2023. Ref no: APR476927
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23967. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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 has been provided as follows:
Dumfries and Galloway Council are committed to maximising community benefits from contracts for works, goods and services in which
the Council has an interest. Community benefits aim to improve the economic, social or environmental wellbeing of the area. Under this
contract the successful supplier will be requested to support Dumfries and Galloway Council’s economic, environmental and social
regeneration objectives to achieve wider benefits.
(SC Ref:735054)
VI.4) Procedures for review
VI.4.1) Review body
Dumfries Sheriff Court
Buccleuch Street
Dumfries
DG1 2AN
UK
VI.5) Date of dispatch of this notice
09/06/2023