Kirklees Metropolitan Council : Water Quality Monitoring Contract 2015-17

  Kirklees Metropolitan Council has published this notice through Delta eSourcing

Notice Summary
Title: Water Quality Monitoring Contract 2015-17
Notice type: Contract Notice
Authority: Kirklees Metropolitan Council
Nature of contract: Services
Procedure: Restricted
Short Description: Provision of water quality monitoring at all affected buildings in the Council's property portfolio. Including, but not necessarily limited to, the review of existing risk assessments and undertaking of risk assessments as required; production and maintenance of individual building logbooks; implementation of a monthly monitoring programme and recording of results; the carrying out of cleaning and disinfection works as and when required; providing advice on non-conformance associated with hot and cold water systems; providing advice on remedial work requirements and the carrying out of linked remedial works
Published: 13/10/2014 11:22

View Full Notice

UK-Huddersfield: Repair and maintenance services of mechanical building installations.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Council of the Borough of Kirklees
      Physical Resources & Procurement, Civic Centre 3, Market Street, Huddersfield, HD1 2EY, United Kingdom
      Tel. +44 1484221000, Email: corporate.procurement@kirklees.gov.uk, URL: www.kirklees.gov.uk, URL: www.yortender.co.uk
      Contact: Corporate Procurement Service
      Electronic Access URL: www.yortender.co.uk
      Electronic Submission URL: www.yortender.co.uk

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Water Quality Monitoring Contract 2015-17
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKE43 - Calderdale, Kirklees and Wakefield         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Repair and maintenance services of mechanical building installations. Provision of water quality monitoring at all affected buildings in the Council's property portfolio. Including, but not necessarily limited to, the review of existing risk assessments and undertaking of risk assessments as required; production and maintenance of individual building logbooks; implementation of a monthly monitoring programme and recording of results; the carrying out of cleaning and disinfection works as and when required; providing advice on non-conformance associated with hot and cold water systems; providing advice on remedial work requirements and the carrying out of linked remedial works
         
      II.1.6)Common Procurement Vocabulary:
         50712000 - Repair and maintenance services of mechanical building installations.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The Estimated Annual Contract Value for these services is GBP 380,000      
      
      II.2.2)Options: Yes
         If yes, description of these options: To extend the duration of the Contract at the sole discretion of the Contracting Authority for a further perior or periods, up to 24 months' duration, in annual increments                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/04/2015
         Completion: 31/03/2017

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The Contracting Authority reserves the right to require a parent or ultimate holding company guarantee being entered into
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payments to be made in accordance with the Contract Conditions for the supply of Services contained within the tender document; including monthly payments within 30 days of valid VAT invoices
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Contracting Authority reserves the right to require such economic operators to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As detailed in the contract conditions of the tender documentation including implementation of economic operator's proposals to bring wider benefits and help to improve the social, environmental and economic well-being of the Kirklees area      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the Pre-Qualification Questionnaire available from the address as set out in section I.1         
         Minimum Level(s) of standards possibly required:
         Candidates must have a Net Worth no less than £0 (calculated on the basis of nett assets less intangible assets)
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Minimum Level(s) of standards possibly required:
         Candidates Must1. Ensure that all employees who will be undertaking work in the Council’s premises carry in-date Enhanced DBS (or EU equivalent) checks; or confirm that all employees who will be undertaking work in the Council’s premises will have Enhanced DBS (or EU equivalent) checks carried out upon award of contract (where applicable) at no cost to the Council;2. Ensure that all employees who will be undertaking work in the Council’s premises carry Water Industry Approved Plumbing Scheme (WIAPS) accreditation;3. Hold SSIP (or verifiable EU equivalent) health & safety accreditation; and4. Score no less than 50 of the total marks available for the Pre-Qualification Questionnaire available from the address specified in section I.1      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         Those Candidates ranked in first to fifth place achieving a score of at least 50 following evaluation by applying the Selection Criteria in the Pre-Qualification Questionnaire, available from the address specified in section I.1, all such ranked Candidates will be invited to tender   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 9NMC-RJH4WD / KMCPRP-039      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 12/11/2014
      Time-limit for receipt of requests for documents or for accessing documents: 13:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 13/11/2014
         Time: 13:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.In order to obtain a copy of the Pre-Qualification Questionnaire and associated documents, prospective Applicants must register their company on the Council's electronic tendering and contract management website at www.yortender.co.uk. Once registered, Applicants may obtain the Pre-Qualification Questionnaire and associated documents for download and completion using tender reference 9NMC-RJH4WD or sub-reference KMCPRP-039Assistance with downloading the Pre-Qualification Questionnaire and associated documents can be obtained from the YORtender helpdesk on either +44 8445434580 or yorkshiresupport@due-north.com
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=112256716
GO-20141013-PRO-6085738 TKR-20141013-PRO-6085737
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 13/10/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Huddersfield: Repair and maintenance services of mechanical building installations.

Section I: Contracting Authority
   Title: UK-Huddersfield: Repair and maintenance services of mechanical building installations.
   I.1)Name, Addresses and Contact Point(s):
      The Council of the Borough of Kirklees
      Physical Resources & Procurement, Civic Centre 3, Market Street, Huddersfield, HD1 2EY, United Kingdom
      Tel. +44 1484221000, Email: procurement@kirklees.gov.uk, URL: www.kirklees.gov.uk, URL: www.yortender.co.uk
      Contact: Corporate Procurement Service
      Electronic Access URL: www.yortender.co.uk
      Electronic Submission URL: www.yortender.co.uk

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Water Quality Monitoring Contract 2015-17      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 1
         
         Region Codes: UKE43 - Calderdale, Kirklees and Wakefield         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Repair and maintenance services of mechanical building installations. Provision of water quality monitoring at all affected buildings in the Council's property portfolio. Including, but not necessarily limited to, the review of existing risk assessments and undertaking of risk assessments as required; production and maintenance of individual building logbooks; implementation of a monthly monitoring programme and recording of results; the carrying out of cleaning and disinfection works as and when required; providing advice on non-conformance associated with hot and cold water systems; providing advice on remedial work requirements and the carrying out of linked remedial works
      II.1.5)Common procurement vocabulary:
         50712000 - Repair and maintenance services of mechanical building installations.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 438,831
         Currency: GBP

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 40
         Quality - 60
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 9NMC-RJH4WD / KMCPRP-039         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 199 - 351769 of 16/10/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: KMCPRP-039

      V.1)Date Of Contract Award: 25/02/2015      
      V.2) Information About Offers
         Number Of Offers Received: 2          
         Number Of Offers Received By Electronic Means: 2       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Integrated Water Services Limited
         Postal address: The Quadrant, Green Lane, Heywood
         Town: Lancashire
         Postal code: OL10 2NG
         Country: United Kingdom
         Email: kevinthomson@integrated-water.co.uk
         Telephone: +44 1706628400
         Internet address: www.integrated-water.co.uk
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 438,831
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.In order to obtain a copy of the Pre-Qualification Questionnaire and associated documents, prospective Applicants must register their company on the Council's electronic tendering and contract management website at www.yortender.co.uk. Once registered, Applicants may obtain the Pre-Qualification Questionnaire and associated documents for download and completion using tender reference 9NMC-RJH4WD or sub-reference KMCPRP-039Assistance with downloading the Pre-Qualification Questionnaire and associated documents can be obtained from the YORtender helpdesk on either +44 8445434580 or yorkshiresupport@due-north.com
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=136722123
GO-2015318-PRO-6447320 TKR-2015318-PRO-6447319   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 18/03/2015