Salix Homes Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Salix Homes Contract for Legionella Water Testing & Associated Services |
Notice type: | Contract Notice |
Authority: | Salix Homes Limited |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | This is an OJEU Open Procedure for Salford Based, Salix Homes Limited water compliance services and consists of the cyclical maintenance and responsive requirements for Legionella Water Testing and other services associated to Water Testing. Water Tanks are located in our buildings of various type which can be found within the tender pack at Delta e-sourcing Portal |
Published: | 06/08/2020 22:05 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Salix Homes Limited
Diamond House, 2 Peel Cross Road, Salford, Manchester, M5 4DT, United Kingdom
Tel. +44 8002182000, Email: emma.hyland@salixhomes.co.uk
Contact: Emma Hyland
Main Address: https://www.salixhomes.co.uk
NUTS Code: UKD3
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Architectural%2C-construction%2C-engineering-and-inspection-services./C7USU57Q2Z
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Salix Homes Contract for Legionella Water Testing & Associated Services
Reference Number: 20 004
II.1.2) Main CPV Code:
71000000 - Architectural, construction, engineering and inspection services.
KA09-6 - For the treatment of water
BC38-5 - In water
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This is an OJEU Open Procedure for Salford Based, Salix Homes Limited water compliance services and consists of the cyclical maintenance and responsive requirements for Legionella Water Testing and other services associated to Water Testing. Water Tanks are located in our buildings of various type which can be found within the tender pack at Delta e-sourcing Portal
II.1.5) Estimated total value:
Value excluding VAT: 230,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: Planned Cyclical Water Testing
Assessments
Ad-hoc Responsive Services
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 230,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The contract term will be 2 years plus the option to extend for up to a further 2 years. Therefore a review will take place prior to the initial contract anniversary to extend or go back to market
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Please see all detail at delta-esourcing.com
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:
It is essential for the Contractor to hold industry related accreditations; these are to include:
LCA Category 1 Approved
Legionella Risk Assessment Services
- Hot and Cold-Water Services
Hot and Cold-Water Monitoring and Inspection Services
Cleaning and Disinfection Services
Independent Consultancy Services
Training Services
Legionella Analytical Services
- Sampling
- Laboratory Analysis
- Interpretation of Analysis
Plant and Equipment Services
- Installation
- Refurbishment
- Servicing
Other relevant accreditations:
•CHAS HEALTH & SAFETY MEMBER, SSIP or equivalent
•ISO 9001
•ISO 45001 or equivalent
•UKAS accreditation
Details of laboratory used for testing purposes to also be provided.
All works and materials are to conform to all current and future water regulations in force in the area
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
It is essential for the Contractor to hold industry related accreditations; these are to include:
LCA Category 1 Approved
Legionella Risk Assessment Services
- Hot and Cold-Water Services
Hot and Cold-Water Monitoring and Inspection Services
Cleaning and Disinfection Services
Independent Consultancy Services
Training Services
Legionella Analytical Services
- Sampling
- Laboratory Analysis
- Interpretation of Analysis
Plant and Equipment Services
- Installation
- Refurbishment
- Servicing
Other relevant accreditations:
•CHAS HEALTH & SAFETY MEMBER, SSIP or equivalent
•ISO 9001
•ISO 45001 or equivalent
•UKAS accreditation
Details of laboratory used for testing purposes to also be provided.
All works and materials are to conform to all current and future water regulations in force in the area,
III.2.2) Contract performance conditions
As per Specification Details provided at Delta e-sourcing
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: Yes
Additional information about electronic auction: Please visit https://delta-esourcing.com
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 07/09/2020 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 07/09/2020
Time: 12:01
Place:
electronically
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2 or 4 years
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Architectural%2C-construction%2C-engineering-and-inspection-services./C7USU57Q2Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C7USU57Q2Z
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with regulation 86, regulation 87 and regulation 91 of the Public Contracts Regulations 2015 (as amended); Salix Homes Limited will incorporate a standstill period 10 clear calendar days from the date of notification of award decision, which will be communicated via Delta e-sourcing Portal to the tenders. A debrief will be provided to the unsuccessful tenderers which can be reviewed within the 10 days standstill provided.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 06/08/2020
Annex A
View any Notice Addenda
UK-Manchester: Architectural, construction, engineering and inspection services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Salix Homes Limited
Diamond House, 2 Peel Cross Road, Salford, Manchester, M5 4DT, United Kingdom
Tel. +44 8002182000, Email: emma.hyland@salixhomes.co.uk
Contact: Emma Hyland
Main Address: https://www.salixhomes.co.uk
NUTS Code: UKD3
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Salix Homes Contract for Legionella Water Testing & Associated Services Reference number: 20 004
II.1.2) Main CPV code:
71000000 - Architectural, construction, engineering and inspection services.
KA09-6 - For the treatment of water
BC38-5 - In water
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: This is an OJEU Open Procedure for Salford Based, Salix Homes Limited water compliance services and consists of the cyclical maintenance and responsive requirements for Legionella Water Testing and other services associated to Water Testing. Water Tanks are located in our buildings of various type which can be found within the tender pack at Delta e-sourcing Portal
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 07/08/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 237047
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 06/08/2020
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV 2.2
Place of text to be modified: Date to publish Tender Box and Documents to be available from 11/08/2020. New Closing date and time to reflect this in line with original OJEU available on TED 11/08
Instead of:
Date: 07/09/2020
Local Time: 12:00
Read:
Date: 11/09/2020
Local Time: 07:00
VII.2) Other additional information: The date of publish to be changed from Friday 7th August to Tuesday 11th August.
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Architectural%2C-construction%2C-engineering-and-inspection-services./C7USU57Q2Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C7USU57Q2Z
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Salix Homes Limited
Diamond House, 2 Peel Cross Road, Salford, Manchester, M5 4DT, United Kingdom
Tel. +44 8002182000, Email: emma.hyland@salixhomes.co.uk
Contact: Emma Hyland
Main Address: https://www.salixhomes.co.uk
NUTS Code: UKD3
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:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Salix Homes Contract for Legionella Water Testing & Associated Services
Reference number: 20 004
II.1.2) Main CPV code:
71000000 - Architectural, construction, engineering and inspection services.
KA09-6 - For the treatment of water
BC38-5 - In water
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This is an OJEU Open Procedure for Salford Based, Salix Homes Limited water compliance services and consists of the cyclical maintenance and responsive requirements for Legionella Water Testing and other services associated to Water Testing. Water Tanks are located in our buildings of various type which can be found within the tender pack at Delta e-sourcing Portal
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 230,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKD3 - Greater Manchester
Main site or place of performance:
Greater Manchester
II.2.4) Description of the procurement: Planned Cyclical Water Testing
Assessments
Ad-hoc Responsive Services
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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: Please see all detail at delta-esourcing.com
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: 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: 2020/S 155-380462
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: S20004
Lot Number: Not Provided
Title: Legionella Water Testing and Associated Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2020
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 10 (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: 11
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
GMS Services Limited, 04245767
Vermont House, Bradley Lane, Standish, Wigan, WN6 0XF, United Kingdom
Tel. +44 1257424459
NUTS Code: UKD36
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: Not Provided
Total value of the contract/lot: 230,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=542646616
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: In accordance with regulation 86, regulation 87 and regulation 91 of the Public Contracts Regulations 2015 (as amended); Salix Homes Limited will incorporate a standstill period 10 clear calendar days from the date of notification of award decision, which will be communicated via Delta e-sourcing Portal to the tenders. A debrief will be provided to the unsuccessful tenderers which can be reviewed within the 10 days standstill provided.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 10/11/2020