loading
  • GB-FK8 2DZ Stirling
  • 11.05.2017
  • Ausschreibung
  • (ID 2-262042)

Water Quality Management Services (including Legionella)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 11.05.2017, 13:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleistung / Umweltverträglichkeitsstudie / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    APUC (the Authority) is putting in place a Framework Agreement for use by UK Further and Higher education sector bodies and wider public bodies identified at Appendix E1 of ITT (and any future successors to these organisations), which include
    Central Government Departments and their Arm's Length Bodies and Agencies, Non-Departmental Public Bodies, NHS Scotland, and Local Authorities in Scotland and the members of the following university purchasing consortia NWUPC, NEUPC, HEPCW and SUPC.
    The above public sector bodies have a need for Water Quality Management Services (including Legionella).
    The Services within the scope of this Framework Agreement have been sub-divided into 5 Regional Lots for Risk Assessment and 2 Nationwide Lots — Lot 6 Water Treatment Services (Remedial treatment and Preventive Maintenance) and Lot 7 One stop shop for both Risk Assessment and Water Treatment Services.
    Leistungsumfang
    The purpose of Lot 3 Risk Assessment Services is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to Further and Higher Education Institutions in the North-East England as listed in Appendix E1 within the ITT. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.
    Adresse des Bauherren UK-FK8 2DZ Stirling
    TED Dokumenten-Nr. 137478-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Stirling: Water-treatment work

      2017/S 072-137478

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      APUC Limited
      Unit 27, Stirling Business Centre, Wellgreen
      Stirling
      FK8 2DZ
      United Kingdom
      Contact person: Milena Bandere
      Telephone: +44 1314428960
      E-mail: MTNqX15rYWJvYj1ebXJgKnBgbHErXmArcmg=
      NUTS code: UK

      Internet address(es):

      Main address: http://www.apuc-scot.ac.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Education

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Water Quality Management Services (including Legionella).

       

      Reference number: EFM1024 AP
      II.1.2)Main CPV code
      45232430
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      APUC (the Authority) is putting in place a Framework Agreement for use by UK Further and Higher education sector bodies and wider public bodies identified at Appendix E1 of ITT (and any future successors to these organisations), which include

      Central Government Departments and their Arm's Length Bodies and Agencies, Non-Departmental Public Bodies, NHS Scotland, and Local Authorities in Scotland and the members of the following university purchasing consortia NWUPC, NEUPC, HEPCW and SUPC.

      The above public sector bodies have a need for Water Quality Management Services (including Legionella).

      The Services within the scope of this Framework Agreement have been sub-divided into 5 Regional Lots for Risk Assessment and 2 Nationwide Lots — Lot 6 Water Treatment Services (Remedial treatment and Preventive Maintenance) and Lot 7 One stop shop for both Risk Assessment and Water Treatment Services.

       

      II.1.5)Estimated total value
      Value excluding VAT: 15 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Risk Assessment — Wales

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      90711100
      II.2.3)Place of performance
      NUTS code: UKL
      Main site or place of performance:

       

      Organisations as listed in Appendix E1 within the ITT.

       

      II.2.4)Description of the procurement:

       

      The purpose of Lot 4 Risk Assessment Services in Wales is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to Higher and Further Education Institutions in Wales, as listed in Appendix E1 within the ITT. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      II.2)Description
      II.2.1)Title:

       

      Risk Assessment — South of England

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      90711100
      II.2.3)Place of performance
      NUTS code: UKG
      NUTS code: UKF
      NUTS code: UKK
      Main site or place of performance:

       

      Organisations as listed in Appendix E1 within the ITT.

       

      II.2.4)Description of the procurement:

       

      The purpose of Lot 5 Risk Assessment Services is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to Higher and Further Education Institutions in Southern England as listed in Appendix E1 within the IT. The assessments are to confirm that preventive measures are being properly implemented, and to verify that the water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality criterion: Technical / Weighting / Weighting: 70
      Cost criterion - Name: Price / Weighting / Weighting: 30
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      II.2)Description
      II.2.1)Title:

       

      Water Treatment Services (PPM and Remedial)

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      24962000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The purpose of the Water Quality Treatment Services Lot 6 is to provide effective water treatment services including Emergency Call-out, Reactive Treatment and Repairs, Pre-Planned Maintenance (PPM), Record Keeping and Reporting, any associated Chemicals and Dosing Equipment, Tools, Equipment and Spare Parts and Provision of Training to all bodies listed in Appendix E1 within the ITT.

      The Services under Lot 6 must be fully compliant with the relevant current UK legislation and codes of practice, and responsive to the requirements of risk assessments reports prepared by Lot 1-5 Risk Assessment Service Providers. Maintenance of and repairs to the associated equipment and plant also fall within the remit of Lot 6.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality criterion: Technical / Weighting / Weighting: 70
      Cost criterion - Name: Price / Weighting: 30
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      II.2)Description
      II.2.1)Title:

       

      One stop shop for both Risk Assessment and Water Treatment Services

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      45232430
      24962000
      90711100
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      Open to the following Purchasing Consortia in the UK: APUC (Scotland Excel, NHS Scotland, SG), NWUPC, NEUPC, HEPCW and SUPC.

       

      II.2.4)Description of the procurement:

       

      Provision of a One Stop Shop for a full Water Quality Management Service incorporating Risk Assessment, Sampling and Water Quality Treatment Services UK Nationwide to all bodies listed in Appendix E1 within the ITT. Some Institutions have preference for One Stop Shop option for Risk Assessment and for Water Treatment Services. Lot 7 defines this requirement where the same Contractor shall offer both services as a full management programme, thus providing a continuity of service compliant with current legislation, HSE ACoP L8, and BS8580: 2010, or any superseding codes of practice.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality criterion: Technical / Weighting / Weighting: 70
      Cost criterion - Name: Price / Weighting / Weighting: 30
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      II.2)Description
      II.2.1)Title:

       

      Risk Assessment — Scotland

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      90711100
      II.2.3)Place of performance
      NUTS code: UK
      NUTS code: UKM
      Main site or place of performance:

       

      Organisations as listed in Appendix E1 within the ITT.

       

      II.2.4)Description of the procurement:

       

      The purpose of Lot 1 Risk Assessment Services in Scotland is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to Higher and Further Education institutions, Local Authorities, NHS Boards and other public and non-public sector bodies in Scotland as listed in Appendix E1 within the ITT. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality criterion: Technical / Weighting / Weighting: 70
      Cost criterion - Name: Price / Weighting / Weighting: 30
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      II.2)Description
      II.2.1)Title:

       

      Risk Assessment — North West of England and Northern Ireland

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      90711100
      II.2.3)Place of performance
      NUTS code: UKD
      NUTS code: UKN0
      Main site or place of performance:

       

      Organisations as listed in Appendix E1 within the ITT.

       

      II.2.4)Description of the procurement:

       

      The purpose of Lot 2 Risk Assessment Services is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to Higher and Further Education Institutions in the North-West England and Northern Ireland as listed in Appendix E1 of the ITT. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality criterion: Technical / Weighting / Weighting: 70
      Cost criterion - Name: Price / Weighting / Weighting: 30
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      II.2)Description
      II.2.1)Title:

       

      Risk Assessment — North East of England

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      90711100
      II.2.3)Place of performance
      NUTS code: UKC
      Main site or place of performance:

       

      Organisations as listed in Appendix E1 within the ITT.

       

      II.2.4)Description of the procurement:

       

      The purpose of Lot 3 Risk Assessment Services is to provide an independent monitoring and auditing function to carry out Water Quality Risk Assessments, specifically for that of Legionella, but also including Coliforms and Biofilms to Further and Higher Education Institutions in the North-East England as listed in Appendix E1 within the ITT. The assessments are to confirm that preventive measures are being properly implemented, and to verify that water treatment services are effective and compliant with the relevant current UK legislation and codes of practice.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality criterion: Technical / Weighting / Weighting: 70
      Cost criterion - Name: Price / Weighting / Weighting: 30
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      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:

       

      This Section is not relevant to this procurement.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      Please refer to question within 4B.1.1 of the ESPD and Economic and financial standing section of the Contract Notice.

      To ensure that Tenderers can sustainably operate and not be exposed to undue risk at the end of any potential contract period tenderers should have an annual turnover of no less than:

      Lot 1-5 Risk Assessment Services: 300 000 GBP when bidding for one of the lots;

      An annual turnover of no less than 600 000 GBP is required when bidding for 2 or more lots 1-5,

      Lot 6 Water Treatment Services: 1 000 000 GBP,

      Lot 7 One Stop Shop: 1 500 000 GBP.

      Please refer to question within 4B.5 of the ESPD and Economic and financial standing section of PCS-T:

      Bidders must confirm they can provide the following supporting evidence prior to award:

      Employer's (Compulsory) Liability Insurance* = 5 000 000,

      Product Liability Insurance = 5 000 000,

      Public Liability Insurance = 5 000 000,

      Professional Indemnity = 1 000 000.

      The successful Contractor will be required to provide 2 years audited accounts, or equivalent if awarded the Framework Agreement. Alternatively, if the Contractor is unable to provide the required accounting information e.g. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term of the Framework Agreement.

      Please refer to question within 4B.6 of the ESPD.

       

      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      Submission of Management Information

      Following commencement of the Framework Agreement, the Contractor will provide a performance report to The Authority on a quarterly basis to include spend by institution under the Framework Agreement for the reporting period.

      Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website http://ucsp.ac.uk/ using the template provided (template shall be provided during the Lead-In period). The supplied Template is the only format permissible and should contain Contractor name, tender reference, total net spend value, by Institution for each month. If there has been no spend for the quarter, then this will still require you to log in and record a nil spend return.

       

      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

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 32
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 11/05/2017
      Local time: 13:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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
      IV.2.7)Conditions for opening of tenders
      Date: 11/05/2017
      Local time: 13:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      Recurring every 48 months.

       

      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      Form of Tender

      Tenderers must sign the Form of Tender — Appendix A prior award to confirm that their Tender Response is a complete, true and accurate submission.

      Supply Chain Code of Conduct

      In partnership with Institutions, the Authority has developed a Supply Chain Code of Conduct — Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance.

      Tenderers must complete the Supply Chain Code of Conduct prior to Award to assist in achieving its objectives.

      Freedom of Information

      Please confirm that you will be in a position to complete (prior to award) ‘Appendix B — Freedom of Information’ (if applicable) in the Technical Questionnaire in PCS-Tender.

      This information should only be submitted if applicable at point of award. It is for information only and will not be scored.

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7592. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

      not applicable.

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      The Contractor will work with the Authority to deliver Community Benefits or social value where they are identifiable throughout the term of the Framework Agreement. Examples of Community Benefits or social value are providing training opportunities to staff and students, apprenticeships and investment in the local community.

      (SC Ref:491317).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      APUC Limited
      Unit 27, Stirling Business Centre, Wellgreen
      Stirling
      FK8 2DZ
      United Kingdom
      Telephone: +44 1314428930

      Internet address:http://www.apuc-scot.ac.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      APUC Ltd will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      10/04/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 12.04.2017
Zuletzt aktualisiert 12.04.2017
Wettbewerbs-ID 2-262042 Status Kostenpflichtig
Seitenaufrufe 46