London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Contract for the Provision of Services to Analyse Water Samples |
Notice type: | Contract 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: | 04/01/2016 10:06 |
View Full Notice
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, URL: http://www.wandsworth.gov.uk/, URL: http://www.wandsworth.gov.uk/info/200095/tenders_and_contracts/1145/selling_to_the_council/2
Contact: Central Procurement Section (Finance), Attn: Aivars Kalvans
Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-laboratory-services./K58R48RT6F
Electronic Submission URL: https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-laboratory-services./K58R48RT6F
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: Contract for the Provision of Services to Analyse Water Samples
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKI11 - Inner London - West
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:
Research laboratory services. Hot water. Non-drinking water. Drinking water. Natural water. Laboratory services. 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)Common Procurement Vocabulary:
73111000 - Research laboratory services.
09321000 - Hot water.
41120000 - Non-drinking water.
41110000 - Drinking water.
41100000 - Natural water.
71900000 - Laboratory services.
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:
Wandsworth Borough Council is seeking expressions of interest from suitably experienced and competent suppliers for the services to analyse water samples in the Council’s residential housing stock for five years with the option to extend for a period or periods of up to two years with an estimated annual value of £41,000.
The contract 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.
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 (approx.732 per annum) and responding to additional ‘call out’ requests as and when required for tests relating to cold water storage systems.
The rates provided by the contractor will include the cost of the analysis and the cost of the delivery of the results and the reports to the Council’s Housing and Community Services Department.
Estimated value excluding VAT: 287,000
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: 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:
As set out in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the tender documentation.
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:
As set out in the tender documentation.
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:
As set out in the tender documentation.
Minimum Level(s) of standards possibly required:
As set out in the tender documentation.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As set out in the tender documentation.
Minimum Level(s) of standards possibly required:
As set out in the tender documentation.
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: No
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: No
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 number of operators: 6
Objective Criteria for choosing the limited number of candidates:
It is intended to restrict the tender list to a maximum of six suppliers. If more than six suppliers fulfil the criteria for selection, those scoring the highest number of points on the selection criteria 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: CPT/1757
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 03/02/2016
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 21/03/2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Any EU official language
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-laboratory-services./K58R48RT6F
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K58R48RT6F
GO-201614-PRO-7532135 TKR-201614-PRO-7532134
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088716000
Body responsible for mediation procedures:
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088716000
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals 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: 04/01/2016
ANNEX A
View any Notice Addenda
View Award Notice
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