loading
  • GB-EH3 8BL Edinburgh
  • 31.05.2017
  • Ausschreibung
  • (ID 2-263014)

Legionella Control and Water Management


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 31.05.2017, 13:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Kontrolle, Monitoring / Umweltverträglichkeitsstudie
    Sprache Englisch
    Aufgabe
    LHC seeks to establish a framework agreement comprising of:
    Workstream 1 — Water Hygiene Consultants.
    Workstream 2 — Water System Maintenance.
    Each split across regional lots.
    This framework shall offer the services required to control Legionella, other waterborne pathogens and activities associated with the equipment supplying water.
    Including but not exclusively assists our member's requirement to fulfil their legal duties stated under — L8 Accepted Code of Practice and Guidance — Legionnaires' Disease the Control of Legionella Bacteria in Water, control other water pathogens, pipework corrosion, the risk from scalding, management of grey water and rainwater harvesting system and building using private water systems (ground sourced).
    Leistungsumfang
    Workstream 2 — Water System Maintenance and Associated Services
    >Essential services (Mandatory)
    >>Monitoring & Inspection
    >>Cleaning and Disinfection
    >>Maintenance Activities
    >>Optional Service (Non — Mandatory)
    >>>>The Management and Control of Evaporative Cooling and other High-Risk Industrial Water Systems.
    >>Swimming pools Plant Room Equipment
    >>Water Treatment Products.
    Adresse des Bauherren UK-EH3 8BL Edinburgh
    TED Dokumenten-Nr. 150790-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Edinburgh: Water distribution and related services

      2017/S 078-150790

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      LHC on behalf of Scottish Procurement Alliance
      i12 Office, Exchange Place 2, 5 Semple St
      Edinburgh
      EH3 8BL
      United Kingdom
      Telephone: +44 1313060177
      E-mail: MTRfa2hlaipvX2tlamFvPGhkXypja3IqcWc=
      NUTS code: UKM

      Internet address(es):

      Main address: http://www.scottishprocurement.scot

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16123

      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: www.tenders.lhc.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.tenders.lhc.gov.uk
      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: www.tenders.lhc.gov.uk
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Other activity: public sector framework tendering organisation

      Section II: Object

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

       

      Legionella Control and Water Management.

       

      Reference number: WM1
      II.1.2)Main CPV code
      65100000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      LHC seeks to establish a framework agreement comprising of:

      Workstream 1 — Water Hygiene Consultants.

      Workstream 2 — Water System Maintenance.

      Each split across regional lots.

      This framework shall offer the services required to control Legionella, other waterborne pathogens and activities associated with the equipment supplying water.

      Including but not exclusively assists our member's requirement to fulfil their legal duties stated under — L8 Accepted Code of Practice and Guidance — Legionnaires' Disease the Control of Legionella Bacteria in Water, control other water pathogens, pipework corrosion, the risk from scalding, management of grey water and rainwater harvesting system and building using private water systems (ground sourced).

       

      II.1.5)Estimated total value
      Value excluding VAT: 20 000 000.00 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:

       

      Workstream 1 — Water Hygiene Consultants (Highlands and Islands)

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      09320000
      24962000
      31000000
      38000000
      39000000
      42000000
      43324100
      44000000
      51100000
      65100000
      71700000
      90700000
      41000000
      II.2.3)Place of performance
      NUTS code: UKM6
      II.2.4)Description of the procurement:

       

      Workstream 1 — Water Hygiene Consultants

      >Essential services (Mandatory):

      >> Independent Consultancy Services

      >>Risk Assessment Services

      >> Hot and Cold Monitoring & Inspection Services

      >> Legionella Analytical Services

      >> Legionella Awareness Training

      >Optional Services (Non-Mandatory)

      >> Schematic Drawings

      >> Water Treatment Services

      >> Cleaning & Disinfection Services

      >>Web Based (Portal) Electronic Logbook System.

       

      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: 48
      This contract is subject to renewal: no
      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

       

      The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each Workstream with Mandatory and Non-Mandatory service tasks.

       

      II.2)Description
      II.2.1)Title:

       

      Workstream 1 — Water Hygiene Consultants (East Scotland)

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      09320000
      24962000
      31000000
      38000000
      39000000
      41000000
      42000000
      43324100
      44000000
      51100000
      65100000
      90700000
      II.2.3)Place of performance
      NUTS code: UKM2
      II.2.4)Description of the procurement:

       

      Workstream 1 — Water Hygiene Consultants

      >Essential services (Mandatory):

      >> Independent Consultancy Services

      >>Risk Assessment Services

      >> Hot and Cold Monitoring & Inspection Services

      >> Legionella Analytical Services

      >> Legionella Awareness Training

      >Optional Services (Non-Mandatory)

      >> Schematic Drawings

      >> Water Treatment Services

      >> Cleaning & Disinfection Services

      >>Web Based (Portal) Electronic Logbook System.

       

      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: 48
      This contract is subject to renewal: no
      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

       

      The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each Workstream with Mandatory and Non-Mandatory service tasks.

       

      II.2)Description
      II.2.1)Title:

       

      Workstream 1 — Water Hygiene Consultants (North East Scotland)

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      09320000
      24962000
      31000000
      38000000
      39000000
      42000000
      43324100
      44000000
      51100000
      65100000
      71700000
      90700000
      41000000
      II.2.3)Place of performance
      NUTS code: UKM5
      II.2.4)Description of the procurement:

       

      Workstream 1 — Water Hygiene Consultants

      >Essential services (Mandatory):

      >> Independent Consultancy Services

      >>Risk Assessment Services

      >> Hot and Cold Monitoring & Inspection Services

      >> Legionella Analytical Services

      >> Legionella Awareness Training

      >Optional Services (Non-Mandatory)

      >> Schematic Drawings

      >> Water Treatment Services

      >> Cleaning & Disinfection Services

      >>Web Based (Portal) Electronic Logbook System.

       

      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: 48
      This contract is subject to renewal: no
      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

       

      The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each Workstream with Mandatory and Non-Mandatory service tasks.

       

      II.2)Description
      II.2.1)Title:

       

      Workstream 1 — Water Hygiene Consultants (South West Scotland)

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      09320000
      24962000
      31000000
      38000000
      39000000
      42000000
      43324100
      44000000
      51100000
      65100000
      71700000
      90700000
      41000000
      II.2.3)Place of performance
      NUTS code: UKM3
      II.2.4)Description of the procurement:

       

      Workstream 1 — Water Hygiene Consultants

      >Essential services (Mandatory):

      >> Independent Consultancy Services

      >>Risk Assessment Services

      >> Hot and Cold Monitoring & Inspection Services

      >> Legionella Analytical Services

      >> Legionella Awareness Training

      >Optional Services (Non-Mandatory)

      >> Schematic Drawings

      >> Water Treatment Services

      >> Cleaning & Disinfection Services

      >>Web Based (Portal) Electronic Logbook System.

       

      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: 48
      This contract is subject to renewal: no
      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

       

      The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each Workstream with Mandatory and Non-Mandatory service tasks.

       

      II.2)Description
      II.2.1)Title:

       

      Workstream 2 — Water System Maintenance and Associated Services (South West Scotland)

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      09320000
      24962000
      31000000
      38000000
      39000000
      42000000
      43324100
      44000000
      51100000
      65100000
      71700000
      90700000
      41000000
      II.2.3)Place of performance
      NUTS code: UKM5
      II.2.4)Description of the procurement:

       

      Workstream 2 — Water System Maintenance and Associated Services

      >Essential services (Mandatory)

      >>Monitoring & Inspection

      >>Cleaning and Disinfection

      >>Maintenance Activities

      >>Optional Service (Non — Mandatory)

      >>>>The Management and Control of Evaporative Cooling and other High-Risk Industrial Water Systems.

      >>Swimming pools Plant Room Equipment

      >>Water Treatment Products.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Sustainability / Weighting: 10
      Quality criterion - Name: Quality / Weighting: 50
      Price - Weighting: 40
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      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

       

      The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each Workstream with Mandatory and Non-Mandatory service tasks.

       

      II.2)Description
      II.2.1)Title:

       

      Workstream 2 — Water System Maintenance and Associated Services (North East Scotland)

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      09320000
      24962000
      31000000
      38000000
      39000000
      42000000
      43324100
      44000000
      51100000
      65100000
      71700000
      90700000
      41000000
      II.2.3)Place of performance
      NUTS code: UKM5
      II.2.4)Description of the procurement:

       

      Workstream 2 — Water System Maintenance and Associated Services

      >Essential services (Mandatory)

      >>Monitoring & Inspection

      >>Cleaning and Disinfection

      >>Maintenance Activities

      >>Optional Service (Non — Mandatory)

      >>>>The Management and Control of Evaporative Cooling and other High-Risk Industrial Water Systems.

      >>Swimming pools Plant Room Equipment

      >>Water Treatment Products.

       

      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: 48
      This contract is subject to renewal: no
      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

       

      The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each Workstream with Mandatory and Non-Mandatory service tasks.

       

      II.2)Description
      II.2.1)Title:

       

      Workstream 2 — Water System Maintenance and Associated Services (East Scotland)

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      09320000
      24962000
      31000000
      38000000
      39000000
      41000000
      42000000
      43324100
      44000000
      51100000
      65100000
      71700000
      90700000
      II.2.3)Place of performance
      NUTS code: UKM2
      II.2.4)Description of the procurement:

       

      Workstream 2 — Water System Maintenance and Associated Services

      >Essential services (Mandatory)

      >>Monitoring & Inspection

      >>Cleaning and Disinfection

      >>Maintenance Activities

      >>Optional Service (Non — Mandatory)

      >>>>The Management and Control of Evaporative Cooling and other High-Risk Industrial Water Systems.

      >>Swimming pools Plant Room Equipment

      >>Water Treatment Products.

       

      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: 48
      This contract is subject to renewal: no
      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

       

      The framework requirements consider SME participation by splitting the regions to manageable areas and breaking the task in each Workstream with Mandatory and Non-Mandatory service tasks.

       

      II.2)Description
      II.2.1)Title:

       

      Workstream 2 — Water System Maintenance and Associated Services (Highlands & Islands)

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      09320000
      24962000
      31000000
      38000000
      39000000
      41100000
      42000000
      43324100
      44000000
      51100000
      65100000
      71700000
      90700000
      II.2.3)Place of performance
      NUTS code: UKM5
      II.2.4)Description of the procurement:

       

      Workstream 2 — Water System Maintenance and Associated Services

      >Essential services (Mandatory)

      >>Monitoring & Inspection

      >>Cleaning and Disinfection

      >>Maintenance Activities

      >>Optional Service (Non — Mandatory)

      >>>>The Management and Control of Evaporative Cooling and other High-Risk Industrial Water Systems.

      >>Swimming pools Plant Room Equipment

      >>Water Treatment Products.

       

      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: 48
      This contract is subject to renewal: no
      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

      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:

       

      .1 WMSoc (Water Management Society) membership

      or

      .2 Registered with LCA (Legionella Control Association) with the relevant categories:

      a. Independent Consultancy Services;

      b. Legionella Risk Assessment Services;

      c. Hot and Cold Water Monitoring and Inspection Services;

      d. Training Services;

      e. Legionella Analytical Services;

      Companies supplying the optional service are required to hold LCA registration for:

      f. Water Treatment Services; and g.Cleaning and Disinfection Services.

       

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

       

      LHC uses the following ratios to evaluate each bidder's and approved contractor's financial status: -

      >Turnover: this is calculated as twice the typical value for projects called off this framework.

      >>Workstream One — Water Hygiene Consultants 250 000 GBP

      >>Workstream Two — Water System Maintenance 500 000 GBP

      >Profitability: this is calculated as profit after tax but before dividends and minority interests. If a company makes a profit, then it passes this ratio; and

      >Liquidity: this is calculated as current assets and work in progress, divided by current liabilities. If the answer is greater than one, then it passes this ratio

      Where two out of three of the ratios cannot be met LHC reserves the right to undertake its own detailed financial assessment of the bidder in order to ascertain to its own satisfaction the financial and economic standing and robustness of the organisation of the bidder and also, where applicable, the Parent/Holding Company and its subsidiaries.

       

      Minimum level(s) of standards possibly required:

       

      Insurances

      Employer's (Compulsory) Liability Insurance — 5 000 000 GBP

      Public Liability Insurance — 5 000 000 GBP

      Professional Indemnity Insurance — 5 000 000 GBP

      Product Liability Insurance — 5 000 000 GBP.

       

      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:
      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: 64
      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: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2016/S 165-297986
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 31/05/2017
      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
      Duration in months: 90 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 01/06/2017
      Local time: 14:00

      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
      VI.3)Additional information:

       

      The framework will be available for all contracting authorities as defined by the Public Contracts (Scotland)Regulations 2015 including local authorities, registered providers, schools, academies, colleges, universities, health authorities, councils, boards and trusts, police, fire & rescue services, and non-departmental public bodies. Due to character limitations a full list is available at www.scottishprocurement.scot/24, but for the avoidance of doubt the list includes the following local authorities:

      Councils.

      Aberdeen City Council

      Aberdeenshire Council

      Angus Council

      Argyll & Bute Council.

      City of Edinburgh Council.

      Clackmannanshire Council.

      Comhairle nan Eilean Siar.

      Dumfries and Galloway Council.

      Dundee City Council.

      East Ayrshire Council.

      East Dunbartonshire Council.

      East Lothian Council.

      East Renfrewshire Council.

      Falkirk Council.

      Fife Council.

      Glasgow City Council.

      Highland Council.

      Inverclyde Council.

      Midlothian Council.

      Moray Council.

      North Ayrshire Council.

      North Lanarkshire Council.

      Orkney Islands Council.

      Perth and Kinross Council.

      Renfrewshire Council.

      Scottish Borders Council.

      Shetland Islands Council.

      South Ayrshire Council.

      South Lanarkshire Council.

      Stirling Council.

      West Dunbartonshire Council.

      West Lothian Council.

      A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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

      A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

      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:

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

      LHC Clients are required to consider community benefits on each and every contract. Tenderers must be aware that LHC Clients may add community benefit requirements including but not limited to:

      — to generate employment and training opportunities for priority groups;

      — vocational training;

      — to up-skill the existing workforce;

      — equality and diversity initiatives;

      — to make sub-contracting opportunities available to SMEs, the third sector and supported businesses;

      — supply-chain development activity;

      — to build capacity in community organisations;

      — educational support initiatives;

      — to work with schools, colleges and universities to offer work experience; and— to minimise negative environmental impacts, for example, impacts associated with vehicle movements and/or associated emissions and impacts on protected areas, buildings or sites

      For the avoidance of doubt in Scotland, it is mandatory for community benefit requirements to be included for all projects over the relevant OJEU Threshold.

      (SC Ref:483266).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      LHC on behalf of Scottish Procurement Alliance
      i12 Office, Exchange Place 2, 5 Semple St
      Edinburgh
      EH3 8BL
      United Kingdom
      Telephone: +44 1313060177

      Internet address:http://www.scottishprocurement.scot

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      20/04/2017
    © 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 21.04.2017
Zuletzt aktualisiert 21.04.2017
Wettbewerbs-ID 2-263014 Status Kostenpflichtig
Seitenaufrufe 46