Salix Homes Limited: Salix Homes Contract for Legionella Water Testing & Associated Services

  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

UK-Manchester: Architectural, construction, engineering and inspection services.
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

Salix Homes Contract for Legionella Water Testing & Associated Services

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

UK-Manchester: Architectural, construction, engineering and inspection services.

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