London Boroughs of Richmond and Wandsworth: Contract for the Provision of Services to Analyse Water Samples

  London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing

Notice Summary
Title: Contract for the Provision of Services to Analyse Water Samples
Notice type: Contract Award Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Restricted
Short Description: The services which are required are broadly to analyse and report on the quality of water samples which the Council has collected from hot and cold water storage and distribution systems. This includes analysing approximately 4,796 samples per annum and reporting on the levels and types of bacteria present in cold water storage systems, enumerating and identifying legionella, with the results expressed as the number of legionella per litre including the identification of any positive isolates in sheltered accommodation blocks only (approximately 732 per annum) and responding to additional call-out requests as and when required for tests relating to cold water storage system.
Published: 15/08/2016 15:22

View Full Notice

UK-London: Research laboratory services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088715701, Email: akalvans@wandsworth.gov.uk
       Contact: Central Procurement Section (Finance)
       Main Address: http://www.wandsworth.gov.uk/, Address of the buyer profile: http://www.wandsworth.gov.uk/info/200095/tenders_and_contracts/1145/selling_to_the_council/2
       NUTS Code: UKI11

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Contract for the Provision of Services to Analyse Water Samples            
      Reference number: CPT/1757

      II.1.2) Main CPV code:
         73111000 - Research laboratory services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The services which are required are broadly to analyse and report on the quality of water samples which the Council has collected from hot and cold water storage and distribution systems. This includes analysing approximately 4,796 samples per annum and reporting on the levels and types of bacteria present in cold water storage systems, enumerating and identifying legionella, with the results expressed as the number of legionella per litre including the identification of any positive isolates in sheltered accommodation blocks only (approximately 732 per annum) and responding to additional call-out requests as and when required for tests relating to cold water storage system.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 218,568
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            73111000 - Research laboratory services.
            09321000 - Hot water.
            41120000 - Non-drinking water.
            41110000 - Drinking water.
            41100000 - Natural water.
            71900000 - Laboratory services.


      II.2.3) Place of performance
      Nuts code:
      UKI11 - Inner London - West
   
      Main site or place of performance:
      Inner London - West
             

      II.2.4) Description of the procurement: The services which are required are broadly to analyse and report on the quality of water samples which the Council has collected from hot and cold water storage and distribution systems. This includes analysing approximately 4,796 samples per annum and reporting on the levels and types of bacteria present in cold water storage systems, enumerating and identifying legionella, with the results expressed as the number of legionella per litre including the identification of any positive isolates in sheltered accommodation blocks only (approximately 732 per annum) and responding to additional call-out requests as and when required for tests relating to cold water storage system.

      II.2.5) Award criteria:
                  
      Price - Weighting: 100
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contract is for a fixed term period of five years with a provision to extend for a further period of up to two years.

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2016/S 2-1755
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: CPT/1757    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/06/2016

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             ALcontrol Laboratories
             Unit 16 Apex Business Park, Boscombe Road, Dunstable, Bedfordshire, LU5 4SB, United Kingdom
             Tel. +44 1582662331, Email: james.bayly@alcontrol.com
             Internet address: http://uk.alcontrol.com/
             NUTS Code: UKH2
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 287,000          
         Total value of the contract/lot: 218,568
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: https://www.delta-esourcing.com/delta/project/buyer/displayNotice.html?id=179383678&type=ContractNotice
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=213841264

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court
          Royal Courts of Justice, Wandsworth High Street, The Strand, London, WC2A 2LL, United Kingdom
          Internet address: http://www.justice.gov.uk/courts/rcj-rolls-building/rcj

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Following the contract award, the Council incorporated the Alcatel standstill period of 10 calendar days, the procurement outcome was communicated to all tenderers on Thursday 30th June 2016, and the last day of the mandatory standstill period was 11th July 2016.The Council hasn't received any challenge during the Alcatel standstill period of 10 calendar days.

      VI.4.4) Service from which information about the review procedure may be obtained
          Central London County Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom

   VI.5) Date of dispatch of this notice: 15/08/2016




View any Notice Addenda

View Award Notice