loading
  • GB-EH12 9EB Edinburgh
  • 18.05.2018
  • Ausschreibung
  • (ID 2-300016)

NP813/18 - Authorising Engineers — Water


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 18.05.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    The scope of this contract is for the services of an authorising engineer — Water to ensure that safe systems of work and inspection regimes are in place and carried out in accordance with the guidance and legislative requirement throughout NHS Scotland. The scope of the proposed framework agreement will cover the provision of authorising engineers services for water only.
    Leistungsumfang
    The AE (Water) will act as an independent professional adviser to the NHS Health Boards. The AE (Water) will be appointed by the NHS Health Boards with a brief to provide services in accordance with all parts of Scottish Health Technical Memoranda (SHTM 00 and 04-01, all parts) guidance, COSHH and HSE ACoP L8.
    The AE (Water) must be qualified to AE Foundation Certificate level and should preferably be a qualified microbiologist for this discipline, with a relevant degree in the field of science, preferably microbiology and at least 10 years relevant experience in healthcare. The organisation providing the service shall be a member of the Legionella Control Association and comply with its code of conduct.
    In addition to the AE (Water) services stated, in the event that the NHS Health Board requests the contracted organisation to provide assistance with technical engineering issues related to AE (Water) services, then the contracted organisation must either directly employ a suitably qualified person, preferably a chartered engineer or arrange for one from a qualified third party to provide the service required. This suitably qualified person must have a minimum 10 years relevant experience in healthcare sector.
    Adresse des Bauherren UK-EH12 9EB Edinburgh
    TED Dokumenten-Nr. 174285-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Edinburgh: Engineering services

      2018/S 078-174285

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      The Common Services Agency (more commonly known as NHS National Services Scotland) (“NSS”)
      Gyle Square (NSS Head Office), 1 South Gyle Crescent
      Edinburgh
      EH12 9EB
      United Kingdom
      Contact person: Cameron Wright
      Telephone: +44 1698794598
      E-mail: MTZdW2dfbGloKHFsY2FibjpoYm0oaF9u
      NUTS code: UKM

      Internet address(es):

      Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

      I.2)Information about 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: http://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Health

      Section II: Object

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

      NP813/18 - Authorising Engineers — Water

      II.1.2)Main CPV code
      71300000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The scope of this contract is for the services of an authorising engineer — Water to ensure that safe systems of work and inspection regimes are in place and carried out in accordance with the guidance and legislative requirement throughout NHS Scotland. The scope of the proposed framework agreement will cover the provision of authorising engineers services for water only.

      II.1.5)Estimated total value
      Value excluding VAT: 376 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      II.2.3)Place of performance
      NUTS code: UKM
      Main site or place of performance:

      All NHS properties throughout Scotland.

      II.2.4)Description of the procurement:

      The AE (Water) will act as an independent professional adviser to the NHS Health Boards. The AE (Water) will be appointed by the NHS Health Boards with a brief to provide services in accordance with all parts of Scottish Health Technical Memoranda (SHTM 00 and 04-01, all parts) guidance, COSHH and HSE ACoP L8.

      The AE (Water) must be qualified to AE Foundation Certificate level and should preferably be a qualified microbiologist for this discipline, with a relevant degree in the field of science, preferably microbiology and at least 10 years relevant experience in healthcare. The organisation providing the service shall be a member of the Legionella Control Association and comply with its code of conduct.

      In addition to the AE (Water) services stated, in the event that the NHS Health Board requests the contracted organisation to provide assistance with technical engineering issues related to AE (Water) services, then the contracted organisation must either directly employ a suitably qualified person, preferably a chartered engineer or arrange for one from a qualified third party to provide the service required. This suitably qualified person must have a minimum 10 years relevant experience in healthcare sector.

      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: 376 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/10/2018
      End: 15/04/2022
      This contract is subject to renewal: yes
      Description of renewals:

      6 Months prior to the end date a contract renewal notice will be issued.

      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:

      Detailed below are the minimum requirements required for the services of the authorising engineer (water):

      The AE (Water) will act as an independent professional adviser to the NHS Health Boards. The AE (Water) will be appointed by the NHS Health Boards with a brief to provide services in accordance with all parts of Scottish Health Technical Memoranda (SHTM 00 and 04-01, all parts) guidance, COSHH and HSE ACoP L8.

      The AE (Water) must be qualified to AE Foundation Certificate level and should preferably be a qualified microbiologist for this discipline, with a relevant degree in the field of science, preferably microbiology and at least 10 years relevant experience in healthcare. The organisation providing the service shall be a member of the Legionella Control Association and comply with its code of conduct.

      In addition to the AE (Water) services stated, in the event that the NHS Health Board requests the contracted organisation to provide assistance with technical engineering issues related to AE (Water) services, then the contracted organisation must either directly employ a suitably qualified person, preferably a chartered engineer or arrange for 1 from a qualified 3rd party to provide the service required. This suitably qualified person must have a minimum 10 years relevant experience in healthcare sector.

      This person will have specialist knowledge of large scale domestic hot and cold water services installations including incoming supplies, fire fighting services, wet risers, etc., and, in particular, these installations for which an Authorised Person (AP) (Water) will assume responsibility on appointment. They act and are employed, independently of NHS Boards submitting potential AP (Water) for assessment.

      The AE (Water) will act as assessor and make recommendations regarding suitability in terms of skills and training for the appointment of AP selected by estates management, monitor the performance of the service, and provide an annual audit to the Designated Person (DP). To carry out this role effectively, particularly with regard to audit, it is necessary that the AE (Water) remains independent of the operational structure of the NHS Health Board and can feel free to comment on an organisational risk basis and the numbers of APs proposed by NHS Health Boards for various premises. Familiarity with systems, health and safety issues and statutory requirements is seen as essential.

      The AE (Water) shall have a basic knowledge of infection prevention and control procedures and how these impact on the design, specification, installation and maintenance of domestic water services.

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

      Minimum level(s) of standards required:

      The period of time relevant to ESPD Question 4B.1.1 is 3 years.

      The information relevant to ESPD Question 4B.2.1 is 3 years.

      Levels of insurance required.

      ESPD Question 4B.5.1 — Employer's liability insurance - 10 000 000 GBP.

      ESPD Question 4B.5.2 — Public liability insurance - 5 000 000 GBP.

      ESPD Question 4B.5.2 — Professional indemnity insurance - 2 000 000 GBP.

      If the tenderer does not have these levels of insurance, they are required to confirm the level of insurance cover that they have.

      Financial Ratios will require to be submitted as detailed in the ITT.

      Tenderers shall submit their audited financial accounts for the most recent 2 years.

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

      Selection criteria as stated in the procurement documents.

      Minimum level(s) of standards possibly required:

      1— The organisation providing the service shall be a member of the Legionella Control Association and comply with its code of conduct.

      2— Provide 2 examples of experience in a contract of a similar nature and size, including geographical locations across Scotland, volume, scope and technical requirement from 2013 to 2017.

      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:

      As stated in the procurement documents.

      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: 6
      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
      Notice number in the OJ S: 2017/S 207-428258
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 18/05/2018
      Local time: 12:00
      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
      Tender must be valid until: 31/05/2019
      IV.2.7)Conditions for opening of tenders
      Date: 18/05/2018
      Local time: 12:00

      Section VI: Complementary information

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

      After 36 months, a contract notice will be issued.

      VI.2)Information about electronic workflows
      VI.3)Additional information:

      The buyer is using PCS-Tender to conduct this ITT exercise.

      The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 10603. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      (SC Ref:540017)

      VI.4)Procedures for review
      VI.4.1)Review body
      The Common Services Agency (more commonly known as NHS National Services Scotland) (“NSS”)
      Gyle Square (NSS Head Office), 1 South Gyle Crescent
      Edinburgh
      EH12 9EB
      United Kingdom
      Telephone: +44 1698794410

      Internet address:http://www.nhsscotlandprocurement.scot.nhs.uk/

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

      The authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information, a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a “standstill period” of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the authority dispatches the notice(s) and the date on which the authority proposes to conclude the relevant framework agreement. The bringing of court proceedings against the authority during the standstill period will automatically continue the prohibition on entering into the framework agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the authority after the framework agreement has been entered into will not affect the framework agreement unless grounds for the imposition of special penalties under the public contracts (Scotland) Regulations 2012 can be established. Otherwise the remedies that may be awarded by the courts where the framework agreement has been entered into are limited to the award of damages. Economic operators are entitled to write to the authority after receipt of the notification should they require further clarification. The authority will respond within 15 days of such a written request, but it should be noted that receipt by the authority of such request during the standstill period may not prevent the authority from awarding the framework agreement following the expiry of the standstill period. Where an economic operator is dissatisfied with the authority’s response to its request for clarification, or considers that the framework agreement has been concluded in breach of the public contracts (Scotland) Regulations 2012, such economic operator is advised to promptly seek independent legal advice.

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      19/04/2018
    © 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 23.04.2018
Zuletzt aktualisiert 23.04.2018
Wettbewerbs-ID 2-300016 Status Kostenpflichtig
Seitenaufrufe 34