Northern Housing Consortium Ltd : Framework Agreement for Legionella, Consultancy/Monitoring and Maintenance

  Northern Housing Consortium Ltd has published this notice through Delta eSourcing

Notice Summary
Title: Framework Agreement for Legionella, Consultancy/Monitoring and Maintenance
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: The provision of consultancy, management, monitoring and maintenance of water systems for the governance and control of the Legionella bacteria in hot and cold water systems and of water borne pathogens all in accordance with HSG 274, Parts 1, 2 and 3 and the Approved Codes of Conduct of the Legionella Control Association. The opportunity will be suitable and available to small and medium enterprises (SME's)
Published: 19/06/2015 14:40

View Full Notice

UK-Sunderland: Hot water.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Northern Housing Consortium Ltd
      Webster's Ropery, Sunderland, SR4 6DJ, United Kingdom
      Email: louise.chase@consortiumprocurement.org.uk, URL: www.northern-consortium.org.uk
      Contact: Northern Housing Consortium, Attn: Louise Chase
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

      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:
      Other: Central purchasing body

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Framework Agreement for Legionella, Consultancy/Monitoring and Maintenance
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators

         Duration of the framework agreement:
                        Duration in months: 48
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 5,000,000 and 150,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Hot water. Water coolers. Primary water systems. Water-tender vehicles. Water softeners. Water installations. Water heaters and heating for buildings; plumbing equipment. Electric instantaneous or storage water heaters and immersion heaters. Instantaneous or storage non-electric water heaters. Drinking water. Non-drinking water. Water pumps. Cooling-water pumps. Hot-water boilers. Machinery and apparatus for filtering or purifying water. Water filtration apparatus. Water-purifying apparatus. Pressurised water cleaning apparatus. Drinking-water piping. Steam and water pipes. Water towers. Water tanks. Water chambers. Water containers. Water boilers. Works related to water-distribution pipelines. Water-treatment work. Drinking-water treatment plant construction work. Water plumbing work. Installation services of machinery and apparatus for filtering or purifying water. Drinking-water distribution. Operation of a water-purification plant. Water softening services. Consulting services for water-supply and waste consultancy. Consulting services for water-supply and wastewater other than for construction. The provision of consultancy, management, monitoring and maintenance of water systems for the governance and control of the Legionella bacteria in hot and cold water systems and of water borne pathogens all in accordance with HSG 274, Parts 1, 2 and 3 and the Approved Codes of Conduct of the Legionella Control Association. The opportunity will be suitable and available to small and medium enterprises (SME's)
         
      II.1.6)Common Procurement Vocabulary:
         09321000 - Hot water.
         
         31141000 - Water coolers.
         
         31161400 - Primary water systems.
         
         34144212 - Water-tender vehicles.
         
         39137000 - Water softeners.
         
         39370000 - Water installations.
         
         39715000 - Water heaters and heating for buildings; plumbing equipment.
         
         39715100 - Electric instantaneous or storage water heaters and immersion heaters.
         
         39721400 - Instantaneous or storage non-electric water heaters.
         
         41110000 - Drinking water.
         
         41120000 - Non-drinking water.
         
         42122130 - Water pumps.
         
         42122161 - Cooling-water pumps.
         
         42161000 - Hot-water boilers.
         
         42912300 - Machinery and apparatus for filtering or purifying water.
         
         42912310 - Water filtration apparatus.
         
         42912330 - Water-purifying apparatus.
         
         42924730 - Pressurised water cleaning apparatus.
         
         44162500 - Drinking-water piping.
         
         44163140 - Steam and water pipes.
         
         44212233 - Water towers.
         
         44611500 - Water tanks.
         
         44613210 - Water chambers.
         
         44613500 - Water containers.
         
         44621210 - Water boilers.
         
         45232150 - Works related to water-distribution pipelines.
         
         45232430 - Water-treatment work.
         
         45252126 - Drinking-water treatment plant construction work.
         
         45332200 - Water plumbing work.
         
         51514110 - Installation services of machinery and apparatus for filtering or purifying water.
         
         65111000 - Drinking-water distribution.
         
         65120000 - Operation of a water-purification plant.
         
         65123000 - Water softening services.
         
         71800000 - Consulting services for water-supply and waste consultancy.
         
         90713100 - Consulting services for water-supply and wastewater other than for construction.
         

      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: Yes          
         If yes, tenders should be submitted for: One or more lots

      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:
      On the date of publishing this Invitation to Tender, there are approximately 330 NHC Members (who employ Legionella consultants and maintenance organisations), all/ any of whom will be able to access this opportunity during its 4 year duration. Collectively, these call-off contracts could equate to up to 230000000 GBP (transaction value) per annum.
The framework is open to all current and future members of the NHC and LHC. A list of all current members can be found on respective websites - http://www.northern-consortium.org.uk/OurMembers / www.lhc.gov.uk                  
         Estimated value excluding VAT:
         Range between: 5,000,000 and 150,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Lot 1: Consultancy for Legionella and other waterborne pathogens.

      1)Short Description:      
      •Provide independent review of our Members Water Safety policies and procedures.
•Provide Legionella and other waterborne controls programmes, reviews and monitoring of the control measures and microbiological testing.
•Provide training for both staff and technicians on their duties and responsibilities, manage, and edit Members water systems schematic drawings.

      2)Common Procurement Vocabulary:
         71800000 - Consulting services for water-supply and waste consultancy.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 48
                                          
                  
         5)Additional Information About Lots:         
            There is potential for Members to award contracts under this framework agreement for differing contract lengths, on average this could be 48 months with options to extend.      
      Lot No: 2
      Title: Lot 2: Consultancy for Legionella and other waterborne pathogens including cooling towers, evaporators, swimming pools and hydro spas.

      1)Short Description:      
      •Provide independent review of Members Water Safety Policies and Procedures.
•Provide Legionella and other waterborne controls programmes, reviews and monitoring of the control measures and microbiological testing.
•Provide training for both staff and technicians on their duties and responsibilities, manage, and edit Members water systems schematic drawings.
•Swimming pool water monitoring and health and safety consultancy

      2)Common Procurement Vocabulary:
         71800000 - Consulting services for water-supply and waste consultancy.
         
      3)Quantity Or Scope:      
      This will vary by individual member however will be within the scope of the specification provided.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 48
                                          
                  
         5)Additional Information About Lots:         
            There is potential for Members to award contracts under this framework agreement for differing contract lengths, on average this could be 48 months with options to extend.      
      Lot No: 3
      Title: Lot 3: Water quality system maintenance for Legionella and other waterborne pathogens.

      1)Short Description:      
      •Provide Legionella and other waterborne controls programmes, reviews and monitoring of the control measures and microbiological testing.
•Provide training for both staff and technicians on their duties and responsibilities.
•Complete or partial water system removal and renewal.
•Installation and maintenance to control equipment.
•Planned service for preventative maintenance tasks such as:
oCleaning and disinfection of the water system - taps, pipes, showerheads, water tanks, condensing towers etc., TMV installation and servicing, Disinfecting , Flushing and Analysing

      2)Common Procurement Vocabulary:
         51514110 - Installation services of machinery and apparatus for filtering or purifying water.
         
      3)Quantity Or Scope:      
      This will vary by individual member however will be within the scope of the specification provided.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            There is potential for Members to award contracts under this framework agreement for differing contract lengths, on average this could be 48 months with options to extend. This lot also covers maintenance.      
      Lot No: 4
      Title: Lot 4: Water quality system maintenance for Legionella and other waterborne pathogens, including cooling towers, evaporators, swimming pools and hydro

      1)Short Description:      
      •Provide Legionella and other waterborne controls programmes, reviews and monitoring of the control measures, microbiological testing.
•Provide training for both staff and technicians on their duties and responsibilities.
•Complete or partial water system removal and renewal.
•Installation and maintenance to control equipment.
•Planned service for preventative maintenance tasks such as:
•Cleaning and disinfection of the water system - taps, pipes, showerheads, water tanks, condensing towers etc., TMV installation and servicing, Disinfecting, Flushing and Analysing.
•Monitor Swimming pool dosage and control equipment.

      2)Common Procurement Vocabulary:
         51514110 - Installation services of machinery and apparatus for filtering or purifying water.
         
      3)Quantity Or Scope:      
      This will vary by individual member however will be within the scope of the specification provided.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 48
                                          
                  
         5)Additional Information About Lots:         
            There is potential for Members to award contracts under this framework agreement for differing contract lengths, on average this could be 48 months with options to extend. This lot also covers maintenance.         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Further details contained within the framework agreement and supply agreement documents provided - Standard 30 day payment, commission value to NHC (5%) per call off and membership fee (£262.50 per annum).
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      NHC reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal 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: No       
   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.

      (1) All candidates will be required to produce a declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent. (2) All candidates will be required to produce a declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure toprovide such a declaration will result in the candidate being declared ineligible and they will not be selected toparticipate in this procurement process.
(3) All candidates will be required to produce a declaration demonstrating that they have not been convicted of acriminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a declaration demonstrating that they have not committed an act ofgrave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regardingregistration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may bedeclared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation,in the State where they are established, when the law of that State prohibits the provision of the services,described in this notice, by a person who is not so licensed or who is not a member of the relevantorganisation.
(8) All candidates will be required to produce a declaration demonstrating that they have fulfilled obligationsrelating to the payment of social security contributions under the law of any part of the United Kingdom or of therelevant State in which the candidate is established.
(9) All candidates will be required to produce a declaration demonstrating that they have fulfilled obligationsrelating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State inwhich the economic operator is established.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Details of three contracts that are relevant to our requirements (please refer to the framework ITT)which should include name and contact details of referee, scope and description, date of the work(s), duration and contract value. Contracts should have been performed during the past three years.         
         Minimum Level(s) of standards possibly required:
         Applicants should be registered with the Legionella Control Association and have no disciplinary action having been taken against them or have any pending - details are requested in the PQQ / ITT process of evaluation      
      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: Yes       
      If yes, reference to relevant law, regulation or administrative provision:
      Applicants must be approved by and members of the Legionella Control Association. Other organisations will be considered.      
      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: Yes
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:
         Evaluation of both PQQ and ITT submissions. Applicants must meet a minimum mark of 50 to successfully pass PQQ and must then meet a minimum total percentage score of 60% to be awarded to the framework.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Quality - 60
            Price - 40

      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: PROC054      
      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: 13/07/2015
      Time-limit for receipt of requests for documents or for accessing documents: 10:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 20/07/2015
         Time: 10:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 27/07/2015      
      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: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   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.Supply Partners are required to become members of the NHC if successfully appointed to the framework.Details of membership are provided within the Invitation to Tender documents.
NHC reserves the right to change without notice the procedure for awarding the framework, to reject all or anybids for the framework, to terminate the process and not to award a framework at any time without any liabilityon its part. No framework will be created between NHC and any party until a framework agreement is executedbetween NHC and the winning bidders.
NHC do not guarantee the volume of contracts that will be awarded under the framework agreement.
Tenders and all supporting documentation for the contract must be in English and must be priced in sterling.
NHC is not liable for any costs (including any third party costs fees or expenses) incurred by those expressingan interest in, negotiating or tendering for this contract opportunity.
Any agreement entered into will be governed by English law and will be subject to the exclusive jurisdiction of the English Courts.n.b there are specific mandatory and discretionary rejection criteria for applicants to provide services to / for Scottish members
All communications must be made through NHC's eTendering portal at www.delta-esourcing.com NHC will not respond to any queries or requests to participate made via any other method.
The lead member organisation of the Lancashire hub has been named in this notice. The Hub are under no obligation to award through the framework (further details provided in the ITT documentation). All other members of the Consortium are able to access the framework. Further details are provided in the ITT documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=146986181
GO-2015619-PRO-6699090 TKR-2015619-PRO-6699089
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Northern Housing Consortium Ltd
      Webster's Ropery, Sunderland, SR4 6DJ, United Kingdom
      Tel. +44 1915661038, Email: mark.cant@consortiumprocurement.org.uk, URL: www.northern-consortium.org.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Northern Housing Consortium Ltd
      Webster's Ropery, Sunderland, SR4 6DJ, United Kingdom
      Tel. +44 1915661038

   VI.5) Date Of Dispatch Of This Notice: 19/06/2015

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      NHC
      Websters Ropery, Sunderland, United Kingdom

View any Notice Addenda

View Award Notice