Reading Borough Council: Water Management (Legionella)

  Reading Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Water Management (Legionella)
Notice type: Contract Notice
Authority: Reading Borough Council
Nature of contract: Services
Procedure: Restricted
Short Description: Provision of Legionella control, prevention and risk management service. The services include the regular inspection and testing of water quality together with all remedial works necessary to ensure the water systems in properties owned and managed by the Council meet the required standards of hygiene.
Published: 29/11/2013 17:22

View Full Notice

UK-Reading: Technical inspection and testing services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Reading Borough Council
      Civic Offices, Reading, RG1 7AE, United Kingdom
      Tel. +44 1189372945, Fax. +44 1189372278, Email: corporate.procurement@reading.gov.uk, URL: www.reading.gov.uk
      Electronic Access URL: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype=viewcontract®ion=REG-UATA-79EMAL&authority=ORG-DNWA-7BSKBT&docid=OS-DNWA-9DWMTD&sd=&stype=&rv=authority&start=1&count=10&contentid=1.003

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

   I.3) Main activity:
      General Public Services
      Environment
      Health
      Housing and community amenities
      Social protection
      Recreation, culture and religion
      Education

   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 Management (Legionella)
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 12

         Region Codes: UKJ11 - Berkshire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Technical inspection and testing services. Water-treatment work. Water distribution and related services. Water-treatment chemicals. Provision of Legionella control, prevention and risk management service. The services include the regular inspection and testing of water quality together with all remedial works necessary to ensure the water systems in properties owned and managed by the Council meet the required standards of hygiene.
         
      II.1.6)Common Procurement Vocabulary:
         71630000 - Technical inspection and testing services.
         
         45232430 - Water-treatment work.
         
         65100000 - Water distribution and related services.
         
         24962000 - Water-treatment chemicals.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      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 contract will cover approximately 174 properties consisting of Corporate Buildings, domestic and non-domestic properties.

The contract will operate for an intial period of 3 years with an option to extend for a further two one year extensions, dependent upon contractors' performance, this will be at the contracting authority's sole discretion. For illustrative purposes it is estimated that the potential total annual value is 100,000 GBP over the 3 year term, with an option to extend by up to a maximum of 2 years, as specified in the range below.                  
         Estimated value excluding VAT:
         Range between: 100,000 and 500,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: Contract of an initial period of 3 years with an option to extend the contract for a further period not exceeding 2 years in total.                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 2
                            
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   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:
      Parent company guarantee and/or bond.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Tenders must be priced in pounds sterling and all payments under the contract shall be made in pounds sterling (GBP). Actual method of payment to the contractor will be indicated in the Invitation to Tender (ITT) documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Individual bidder or joint bid will be considered. If the contract is awarded to a group of economic operators acting as a consortium, then the lead member of the consortium will be expected to act as prime contractor with whom the contracting authority can contract.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Performance in accordance with particular output based standards and key performance indicators will be required. The applicable terms will be set out in the Invitation to Tender (ITT) document.      
   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:
         Evidence of economic and financial standing will be required as defined in the Pre-Qualification Questionnaire (PQQ).
Failure to provide the required information will result in the potential applicant being excluded.         
         Minimum Level(s) of standards possibly required:
         As set out in the pre-qualification questionnaire (PQQ). In addition to meeting the minimum levels, only the highest scoring 8 applicants (maximum) will be taken through to the Invitation to Tender (ITT) stage.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Evidence of technical capacity will be required as defined in the Pre-Qualification Questionnaire (PQQ).
Failure to provide the required information will result in the potential applicant being excluded.         
         Minimum Level(s) of standards possibly required:
         As set out in the pre-qualification questionnaire (PQQ). In addition to meeting the minimum levels, only the highest scoring 8 applicants (maximum) will be taken through to the Invitation to Tender (ITT) stage.      
      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:
      Category 1 membership of the Legionella Control Association (LCA) and certified by LCA for cleaning and disinfection services, hot and cold water monitoring and inspection services, risk assessment services, water treatment services, water treatment services (chemicals), water treatment services (dosing and/or control systems), water treatment services (on site analytical and monitoring services), UKAS: Quality Management System, UKAS certified to ISO 9001:2008, Environmental Management System ISO 14001:2004, and a Health and Safety System to OHSAS 18001:2007.      
      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 and maximum number: 8         
         Objective Criteria for choosing the limited number of candidates:
         Evidence of economic and financial standing and technical competence will be required as defined in the pre-qualification questionnaire (PQQ). There will be some pass/fail criteria contained within the PQQ. Candidates who do not demonstrate compliance with any of the pass/fail criteria will be excluded from the procurement exercise. Based on the selection criteria which will be contained in the PQQ, the contracting authority will select a maximum of 8 potential providers who will be taken through to the Invitation to Tender (ITT) stage.   
   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: Contract No. SC130      
      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: 05/01/2014
      Time-limit for receipt of requests for documents or for accessing documents: 23:59
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 06/01/2014
         Time: 13:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 10/03/2014      
      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.

The Pre-Qualification Questionnaire (PQQ) documentation relating to this tender can be downloaded from the South East Business Portal via the following link: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype=viewcontract®ion=REG-UATA-79EMAL&authority=ORG-DNWA-7BSKBT&docid=OS-DNWA-9DWMTD&sd=&stype=&rv=authority&start=1&count=10&contentid=1.003; the Portal is free of charge - to register please follow the supplier registration guidance which is available on the Portal.

Contractors wishing to be considered for this tendering opportunity must complete the PQQ and return it in hardcopy with the requested supporting documents to the Request to Participate address given at Section I.1 of this notice. In addition to the two hard copies required contractors must also provide an electronic version of their PQQ submission on an encrypted memory stick (USB). The deadline for return of the PQQ is stipulated at Section IV.3.4. Please note: you must register your interest via the South East Business Portal if you intend to submit a PQQ. If your organisation has not registered an expression of interest we will not be able to send you any amendments to the PQQ documents, or send you responses for requests for PQQ clarification from other potential candidates. You are advised to register your interest in this opportunity if you wish to be automatically supplied with supplementary information. Any further information, such as PQQ clarification questions and responses will be uploaded to the South East Business Portal. The PQQ documents will be available for download up until the closing time and date for submissions, it is the organisation's responsibility to ensure that they download the documents in ample time to ensure that they can be completed and returned, along with supporting documents, prior to the closing time and date stipulated at Section IV.3.4.

The contracting authority does not bind itself to enter into any contract as a result of the publication of this contract notice and will not, under any circumstances, have any liability for any costs any person responding to this contract notice incurs in any part of the tender process.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=78298703
GO-20131129-PRO-5301093 TKR-20131129-PRO-5301092
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Reading Borough Council
      Corporate Facilities Management - Property Services, 19 Bennet Road, Reading, RG2 0QX, United Kingdom
      Tel. +44 1189373737

      VI.4.2)Lodging of appeals: In accordance with Regulation 32 (information about contract award procedures and the application of standstill prior to contract award) and Regulation 47 (enforcement of obligations) of the UK's Public Contracts Regulations 2006 as amended by the Public Contracts (Amendment) Regulations 2009.   
   
      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: 29/11/2013

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      Ridge and Partners LLP
      Beaumont House, 59 High Street, Theale, Reading, RG7 5AL, United Kingdom
      Tel. +44 1189323088, Fax. +44 1993815002, Email: T209-Tenders@ridge.co.uk, URL: www.ridge.co.uk
      Attn: Team 209   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      Ridge and Partners LLP
      Beaumont House, 59 High Street, Theale, Reading, RG7 5AL, United Kingdom
      Tel. +44 1189323088, Fax. +44 1993815002, Email: T209-Tenders@ridge.co.uk, URL: www.ridge.co.uk
      Attn: Team 209   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      Rdige and Partners LLP
      Beaumont House, 59 High Street, Theale, Reading, RG7 5AL, United Kingdom
      Tel. +44 1189323088, Fax. +44 1993815002, Email: T209-Tenders@ridge.co.uk, URL: www.ridge.co.uk
      Attn: Team 209

View any Notice Addenda

View Award Notice