Shropshire Council: RMCV 025 - Water Systems Monitoring and Inspection

  Shropshire Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: RMCV 025 - Water Systems Monitoring and Inspection
Notice type: Contract Notice
Authority: Shropshire Council
Nature of contract: Services
Procedure: Open
Short Description: The monitoring and inspection of the water systems is intended to demonstrate compliance with the HSE Approved Code of Practice L8 (Fourth edition) – Legionnaires’ disease:The control of legionella bacteria in water systems and HSG 274.The contractor will employ sufficient numbers of staff to administer, supervise, manage and control the contract.At the time of tender the applicants will supply details of their proposed staffing levels and structures. Applicants should note that it is considered that the Employee ‘Transfer of Undertakings (Protection of Employment) Regulations ‘2006(‘TUPE’) will apply to this contract. Applicants are advised to seek their own legal advice about the practicality of these regulations. The fixed price contract will be for a period of up to 4 years commencing on 1st April 2019.
Published: 05/10/2018 17:26
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Shrewsbury: Technical testing, analysis and consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Shropshire Council
             Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
             Tel. +44 1743252993, Fax. +44 1743253910, Email: procurement@shropshire.gov.uk
             Contact: Procurement
             Main Address: www.shropshire.gov.uk
             NUTS Code: UKG22
      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: http://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing%2C-analysis-and-consultancy-services./63838ZFC83
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/63838ZFC83 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: http://www.delta-esourcing.com/tenders/UK-title/63838ZFC83
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: RMCV 025 - Water Systems Monitoring and Inspection       
      Reference Number: RMCV 025
      II.1.2) Main CPV Code:
      71600000 - Technical testing, analysis and consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The monitoring and inspection of the water systems is intended to demonstrate compliance with the HSE Approved Code of Practice L8 (Fourth edition) – Legionnaires’ disease:The control of legionella bacteria in water systems and HSG 274.The contractor will employ sufficient numbers of staff to administer, supervise, manage and control the contract.At the time of tender the applicants will supply details of their proposed staffing levels and structures.
Applicants should note that it is considered that the Employee ‘Transfer of Undertakings (Protection of Employment) Regulations ‘2006(‘TUPE’) will apply to this contract. Applicants are advised to seek their own legal advice about the practicality of these regulations.
The fixed price contract will be for a period of up to 4 years commencing on 1st April 2019.       
      II.1.5) Estimated total value:
      Value excluding VAT: 400,000       
      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:
      UKG22 Shropshire CC
      
      II.2.4) Description of procurement: The monitoring and inspection of the water systems is intended to demonstrate compliance with the HSE Approved Code of Practice L8 (Fourth edition) – Legionnaires’ disease: The control of legionella bacteria in water systems and HSG 274.

The work consists of carrying out routine monitoring and inspection of the water systems, at approximately 280 sites all located in Shropshire, over which the Client has day to day control, to ensure that the traditional temperature regime method employed to control the multiplication of legionella in hot and cold water services systems, remains valid and is proving to be effective; it includes for the cleaning & descaling of showerheads and spray taps and the adjustment of accessible thermostats on calorifiers & local electric water heaters, but no other remedial works.

The objective of the contract is for the Contractor to provide a comprehensive and accurate record of the temperature regime employed to control legionella, exposure to legionella and cleanliness. The Contractor shall record compliance and non-compliance in accordance with the relevant statutory provisions, standards and industry guidance such that the Client may assess condition, minimise and manage risks and discharge its duty under the law. The Contractor shall utilise and update the Client’s existing on-site water logbooks. The Contractor shall also provide and utilise a legionellosis management and control data collection and defect management & reporting web based electronic logbook system.

The contractor will employ sufficient numbers of staff to administer, supervise, manage and control the contract.

Membership with CHAS (Contractor’s Health & Safety Scheme) and LCA (Legionella Control Association) or equivalents are requirements for the contractor wishing to undertake this contract.

Enhanced disclosures or DBS checks are required for all employees who may undertake monitoring duties at school sites as part of this contract.
Applicants should note that it is considered that the Employee ‘Transfer of Undertakings (Protection of Employment) Regulations ‘2006 (‘TUPE’) will apply to this contract. Applicants are advised to seek their own legal advice about the practicality of these regulations.

The fixed price contract will be for a period of up to 4 years commencing on 1st April 2019.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2019 / End: 31/03/2023       
      This contract is subject to renewal: Yes       
      Description of renewals: 4 years
      
      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: Not provided       


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:          
      See tender documentation.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      See tender documentation.    
      Minimum level(s) of standards possibly required (if applicable) :       
      See tender documentation.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      See tender documentation.    
      Minimum level(s) of standards possibly required (if applicable) :          
      See tender documentation.
      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:          
      See tender documentation.    
      III.2.2) Contract performance conditions       
      See tender documentation.          
      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: No
      Additional information about electronic auction: Not provided
   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: 06/11/2018
            
      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: 06/11/2018
         Time: 12:00
         Place:
         Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 4 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing%2C-analysis-and-consultancy-services./63838ZFC83

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/63838ZFC83
   VI.4) Procedures for review
   VI.4.1) Review body:
             Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252993, Email: procurement@shropshire.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252993
   VI.5) Date Of Dispatch Of This Notice: 05/10/2018

Annex A


View any Notice Addenda

View Award Notice