Award

MTC for Water Quality Control (Risk Assessment, Monitoring Regime and Associated Remedial Works) 2021-2024

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

05 Oct 2021 at 09:44

Tender

29 Apr 2021 at 10:14

Summary of the contracting process

North Lanarkshire Council is seeking qualified contractors for the "Measured Term Contract for Water Quality Control (Risk Assessment, Monitoring Regime and Associated Remedial Works) 2021-2024". This procurement is classified under water distribution and related services, with a total contract value of £340,000. The procurement is currently at the Award stage and the contract is scheduled to commence on 9 December 2021 and end on 21 January 2024. Interested suppliers should note that the contract involves various tasks including risk assessments, monitoring, and remedial works within residential properties across North Lanarkshire.

This tender presents opportunities for companies specialising in water quality control, plumbing, and environmental services. Businesses capable of performing comprehensive water system inspections, risk assessments, and remedial works would be particularly well-suited to compete. Firms with a strong commitment to health and safety, quality assurance, and community benefits are encouraged to apply, especially those holding relevant accreditations and insurance cover as per the tender requirements. This project not only offers financial growth potential but also the chance to contribute positively to local community health standards.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

MTC for Water Quality Control (Risk Assessment, Monitoring Regime and Associated Remedial Works) 2021-2024

Notice Description

Measured Term Contract for Water Quality Control including undertaking risk assessments and a monitoring regime and associated remedial works in domestic properties throughout North Lanarkshire Council area.

Lot Information

Lot 1

To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf: - identifying and assessing sources of risk; - preparing a programme of work to prevent or control the identified risks; - implementing, managing and monitoring precautions taken to prevent or control the identified risks; and - record keeping in line with the requirements of ACOP L8. The scope of works for this project includes (although is not limited to) the following: Risk Assessments: - carrying out site visits to determine location of storage tanks, pipework systems and main supplies; - inspecting storage tanks and all associated pipework; and - preparing detailed Risk Assessment report/recommendations and schematics for all site water systems. Monitoring: - monitoring, inspecting and testing of water systems and provision of reports; and - providing site logbooks which shall contain details of the systems including results of risk assessments. Sampling: - ad hoc analytic sampling of water samples for chemicals and bacteria, including legionella where instructed; and - obtaining test certificates for bacterial, chemical, lead and legionella analyses when requested. Remedial works: - ad hoc cleaning and disinfecting pipework systems and mains supplies where instructed; - ad hoc repairs to storage tanks and all associated pipework where instructed; and - ad hoc servicing of thermostatic mixing valves and cleaning of shower heads where instructed. All in accordance with the ACOP L8. The successful contractor will be required to liaise with stakeholders and tenants as required to gain access to the properties to carry out the above services. The successful contractor will be subject to ongoing performance management using the Scorecard contained in ITT Section 6 - Appendix A (included in the additional information area within the Portal).

Renewal: The Authority reserves the right to extend this for a period of up to a 12-month extension.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ab8f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024706-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

65 - Public utilities


CPV Codes

65100000 - Water distribution and related services

65110000 - Water distribution

65111000 - Drinking-water distribution

65123000 - Water softening services

65130000 - Operation of water supplies

Notice Value(s)

Tender Value
£340,000 £100K-£500K
Lots Value
£340,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£340,000 £100K-£500K

Notice Dates

Publication Date
5 Oct 20214 years ago
Submission Deadline
1 Jun 2021Expired
Future Notice Date
Not specified
Award Date
4 Oct 20214 years ago
Contract Period
9 Dec 2021 - 21 Jan 2024 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
1
Supplier Name

SPIE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02ab8f-2021-10-05T10:44:02+01:00",
    "date": "2021-10-05T10:44:02+01:00",
    "ocid": "ocds-h6vhtk-02ab8f",
    "description": "(SC Ref:669313)",
    "initiationType": "tender",
    "tender": {
        "id": "HO PM 21 002; NLC-CPT-21-003",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "MTC for Water Quality Control (Risk Assessment, Monitoring Regime and Associated Remedial Works) 2021-2024",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "65100000",
            "description": "Water distribution and related services"
        },
        "mainProcurementCategory": "services",
        "description": "Measured Term Contract for Water Quality Control including undertaking risk assessments and a monitoring regime and associated remedial works in domestic properties throughout North Lanarkshire Council area.",
        "value": {
            "amount": 340000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf: - identifying and assessing sources of risk; - preparing a programme of work to prevent or control the identified risks; - implementing, managing and monitoring precautions taken to prevent or control the identified risks; and - record keeping in line with the requirements of ACOP L8. The scope of works for this project includes (although is not limited to) the following: Risk Assessments: - carrying out site visits to determine location of storage tanks, pipework systems and main supplies; - inspecting storage tanks and all associated pipework; and - preparing detailed Risk Assessment report/recommendations and schematics for all site water systems. Monitoring: - monitoring, inspecting and testing of water systems and provision of reports; and - providing site logbooks which shall contain details of the systems including results of risk assessments. Sampling: - ad hoc analytic sampling of water samples for chemicals and bacteria, including legionella where instructed; and - obtaining test certificates for bacterial, chemical, lead and legionella analyses when requested. Remedial works: - ad hoc cleaning and disinfecting pipework systems and mains supplies where instructed; - ad hoc repairs to storage tanks and all associated pipework where instructed; and - ad hoc servicing of thermostatic mixing valves and cleaning of shower heads where instructed. All in accordance with the ACOP L8. The successful contractor will be required to liaise with stakeholders and tenants as required to gain access to the properties to carry out the above services. The successful contractor will be subject to ongoing performance management using the Scorecard contained in ITT Section 6 - Appendix A (included in the additional information area within the Portal).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "End User Satisfaction",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Programme Adherence",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Health & Safety and Environmental",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "name": "Fair Work Practices",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Community Benefits",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "value": {
                    "amount": 340000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2021-12-09T00:00:00Z",
                    "endDate": "2024-01-21T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend this for a period of up to a 12-month extension."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "65100000",
                        "description": "Water distribution and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65110000",
                        "description": "Water distribution"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65111000",
                        "description": "Drinking-water distribution"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65130000",
                        "description": "Operation of water supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65123000",
                        "description": "Water softening services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Lanarkshire"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPDS Selection Criteria, question Section A Part IV, Suitability, the following questions: 4A.1 and 4A.1.1 Minimum level(s) of standards require: 4A.1 - Candidates must be registered or enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Candidates will be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. 4A.1.1 - If the relevant documentation is available electronically please indicate. Candidates will be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "SPD Selection Criteria, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.1.2, 4B.1.3, 4B.3, 4B.5.1b, 4B.5.2, 4B.5.3, 4B.6 and 4B.6.1.",
                    "minimum": "4B.1.2 - Candidates will be required to have an average yearly turnover of a minimum of the following:- 150,000 GBP for the last three (3) years statutory accounts that are available.Candidates who have not yet submitted three years' statutory accounts but can demonstrate three years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates its financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Candidates are required to provide financial accounts for the three years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.1.3 - if the relevant information is available electronically please indicate. 4B.3 - Where turnover information is not available for the time period requested, the Candidate will be required to state the date which they were set up or started trading. 4B.5.1b - Candidates must confirm they already have, or commit to obtain prior to the commencement date of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 10,000,000 GBP each and every claim; and 2) Product Liability Insurance: 10,000,000 GBP each and every claim. 4B.5.3 - If the relevant documentation is available electronically, please indicate. 4B.6 - Candidates will be required to have an Equifax Score Check of Grade D- or above or equivalent. Any equivalent relied upon must be demonstrated by the tenderer to be of such a standard. It shall be the tenderer's responsibility to review its own Equifax Score Check Grade (or equivalent) in advance of returning its tender/SPD. If, following this review, the tenderer does not consider that the Equifax Score Check Grade (or equivalent) reflects its current financial status; the tenderer must provide a detailed explanation in response to question 4B.6, together with relevant supporting independent evidence. Where the tenderer is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade (or equivalent) rating, it must provide its audited financial accounts for the two years prior to the publication of this notice as part of its tender/SPD, in order that the Authority may assess these to determine whether the Tenderer meets the published minimum standards. 4B.6.1 - if the relevant documentation is available electronically please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.2, 4B.1.3, 4B.3, 4B.5.1b, 4B.5.2, 4B.5.3, 4B.6 and 4B.6.1 in Section B, Part IV, Economic and Financial Standing of the SPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP 1) an SPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Due to character limitations in this section it is not possible to provide a comprehensive description of the selection criteria relating to section III.1.3 in the Contract Notice. Therefore the Objective and Non-Discriminatory Criteria for III.1.3 are set out in full in \"Section 10-SPDS Appendix 1 SPDS Minimum Requirements\" which can be accessed through the additional information area within the portal. A summarised description of the selection criteria is provided below; SPD Selection Criteria Section, question Section C, Part IV, Technical and Professional Ability: 4C.1.2, 4C.6 and 4C.10. SPD Selection Criteria Section, question Section D, Part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D.1.1, 4D.1.2 and 4D.2.",
                    "minimum": "Question 4C.1.2-Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the works as described in part II.2.4 of the Contract Notice. Examples provided should be relevant to the scope, value, scale and complexity of all as per documents which can be accessed through the buyer attachment area within the portal. Question 4C.1.2 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. Candidates must achieve an overall combined minimum score requirement of 50% per lot. Candidates unable to meet the minimum requirements for 4C.1.2 will be assessed as a FAIL and therefore be excluded from the competition. Question 4C.6-Candidates will be required to confirm that they and/or the service provider have all of the following relevant and professional qualifications: Service Provider Training, Competency and Accreditations In order to provide reassurance over service delivery, the Service Provider should be a members of the following trade associations; - Legionella Control Association; AND - Scottish and Northern Ireland Plumbing Employers Federation; OR - Water Safe; OR - Association of Plumbing and Heating Contractors; The Service Providers should be able to demonstrate their commitment to QHSE. This would include the following registrations: - ISO 9001:2015 - OHSAS 18001:2015 / ISO 45001:2018 and additionally, be registered to one of the following organisations; - CHAS - Constructionline - Safe Contractor Individual Health and Safety All persons attending sites should have completed a suitable, externally accredited, health and safety course. Question 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Candidates may be assessed as a FAIL and be excluded from the competition if they, fail to provide a response to this question. Question 4D.1 (Quality Management and Health and Safety Procedures) Quality Management Procedures - The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO9001 (or equivalent), or satisfy items 2a-2g as listed in the ITT. Health and Safety Procedures - The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or satisfy items 4a-4m as listed in the ITT. 4D.1.1 - If the information is available electronically, please indicate. Candidates unable to meet the minimum requirements for all of the SPDS Section 4D will be assessed as a FAIL and will be excluded from the competition. Question 4D.1.2 - If the relevant documentation is available electronically, please indicate. Question 4D.2 - The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or satisfy items 2a-2g as listed in the ITT document. Candidates unable to meet the requirements for all of SPDS Section 4D will be assessed as a FAIL and will be excluded from the competition. 4D.2.2 - If the information is available electronically, please indicate.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-06-01T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-06-01T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-06-01T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session."
    },
    "parties": [
        {
            "id": "GB-FTS-689",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1698403876",
                "email": "cameronj@northlan.gov.uk",
                "faxNumber": "+44 1698275125",
                "url": "http://www.publiccontractsscotland.gov.uk",
                "name": "John Cameron"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4311",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "hamilton@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "GB-FTS-30469",
            "name": "SPIE Limited",
            "identifier": {
                "legalName": "SPIE Limited"
            },
            "address": {
                "streetAddress": "1 Old Park Lane, Urmston",
                "locality": "Manchester",
                "region": "UK",
                "postalCode": "M41 7HA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-26938",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-689",
        "name": "North Lanarkshire Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "024706-2021-NLC-CPT-21-003-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-30469",
                    "name": "SPIE Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "024706-2021-NLC-CPT-21-003-1",
            "awardID": "024706-2021-NLC-CPT-21-003-1",
            "status": "active",
            "value": {
                "amount": 340000,
                "currency": "GBP"
            },
            "dateSigned": "2021-10-05T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}