Notice Information
Notice Title
Provision of Legionella Management Services
Notice Description
1.2.1 A specialist contractor is required who can provide a direct work force at a reasonable cost and deliver a wide range of maintenance services and compliance inspections across a portfolio which includes Schools, Libraries, Leisure buildings, Youth & Community Centres, Children & Adult Services premises, Corporate Buildings, and buildings owned and managed by the council. There are 92 locations throughout Bracknell, with 192 buildings, each building requiring a component of or a full Provision of Legionella Management service.
Lot Information
Lot 1
A specialist contractor is required who can provide a direct work force at a reasonable cost and deliver a wide range of maintenance services and compliance inspections across a portfolio which includes Schools, Libraries, Leisure buildings, Youth & Community Centres, Children & Adult Services premises, Corporate Buildings, and buildings owned and managed by the council. There are 92 locations throughout Bracknell, with 192 buildings, each building requiring a component of or a full Provision of Legionella Management service. This is to ensure that we provide a safe building for the occupants, we have an excellent understanding of the condition of the equipment serviced and each of the following - * A commitment to monitor KPIs to ensure statutory compliance through planned preventative maintenance (PPM) and reactive repairs to ensure our occupants are safe in our properties * An understanding that each property is unique and have different requirements. This requires a degree of sensitivity from the contractor when working in our properties and the ability to consider the occupants needs, issues and requirements * To ensure that all water systems within premises operated by the authority meet the requirements as detailed within the approved code of practice L8 'Legionnaires Disease, The control of Legionella bacteria in water systems'. Produced by the health and safety commission and any amendments to the ACOP produced during the period of this contract. * Inspection, Servicing and Testing required: * Hot Water System * Cold Water System * Legionella Sampling * TVC Sampling * TMV Servicing * The Contractor shall be required to carry out the monitoring and inspection of the hot and cold-water services to all sites listed in the Property Schedule. The Contractor shall be required to carry out the annual, quarterly and monthly task as laid out within the Approved Code of Practice and Guidance L8 and HSG274 "Legionnaires Disease" Part 2: The control of legionella bacteria in hot and cold water systems and provide adequate training to the site staff to carry out the weekly tasks The above areas listed in 1.2.2 are an indication of the services required but are not totally inclusive of all works that may be required.Individual order values will range from PS1 up to PS5,000 The appointed contractor will be required to provide a full Legionella service to all Bracknell Forest Council premises. All these premises are situated within the Borough of Bracknell Forest Council. For clarity, and as set out in the Pricing Schedule, Item 12.1 of the JCT MTC 2016, the Schedule of Rates, will be the Council's own Schedule of Rates. Item 12.4 of the JCT MTC 2016, the basis on which the Schedule of Rates is to be revised, will state as follows: prices will be fixed for the first three years of the contract, and then subject to CPI indexation applied on the third and fourth anniversaries, if the Council takes up the option to extend the Contract for a further one or two years as applicable The contract duration will be for a maximum of 5 years, covering an initial period of 3 years plus 2 optional extensions, each of 1 years or 1 optional extension of 2 years (i.e. 3 + 1 + 1 = 5) or (3 + 2 = 5). Extension choice is at the council's discretion. Additional information: Organisations must register their interest on the South East Business Portal site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be sent through this site via the messaging facility
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0416de
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/033092-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71620000 - Analysis services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Nov 20232 years ago
- Submission Deadline
- 8 Dec 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Apr 2024 - 30 Apr 2029 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BRACKNELL FOREST BOROUGH COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement.team@bracknell-forest.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRACKNELL
- Postcode
- RG12 1JD
- Post Town
- Reading
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ15 Berkshire East
- Delivery Location
- TLJ11 Berkshire
-
- Local Authority
- Bracknell Forest
- Electoral Ward
- Town Centre & The Parks
- Westminster Constituency
- Bracknell
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0416de-2023-11-08T15:42:50Z",
"date": "2023-11-08T15:42:50Z",
"ocid": "ocds-h6vhtk-0416de",
"initiationType": "tender",
"tender": {
"id": "DN697394",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Legionella Management Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71620000",
"description": "Analysis services"
},
"mainProcurementCategory": "services",
"description": "1.2.1 A specialist contractor is required who can provide a direct work force at a reasonable cost and deliver a wide range of maintenance services and compliance inspections across a portfolio which includes Schools, Libraries, Leisure buildings, Youth & Community Centres, Children & Adult Services premises, Corporate Buildings, and buildings owned and managed by the council. There are 92 locations throughout Bracknell, with 192 buildings, each building requiring a component of or a full Provision of Legionella Management service.",
"lots": [
{
"id": "1",
"description": "A specialist contractor is required who can provide a direct work force at a reasonable cost and deliver a wide range of maintenance services and compliance inspections across a portfolio which includes Schools, Libraries, Leisure buildings, Youth & Community Centres, Children & Adult Services premises, Corporate Buildings, and buildings owned and managed by the council. There are 92 locations throughout Bracknell, with 192 buildings, each building requiring a component of or a full Provision of Legionella Management service. This is to ensure that we provide a safe building for the occupants, we have an excellent understanding of the condition of the equipment serviced and each of the following - * A commitment to monitor KPIs to ensure statutory compliance through planned preventative maintenance (PPM) and reactive repairs to ensure our occupants are safe in our properties * An understanding that each property is unique and have different requirements. This requires a degree of sensitivity from the contractor when working in our properties and the ability to consider the occupants needs, issues and requirements * To ensure that all water systems within premises operated by the authority meet the requirements as detailed within the approved code of practice L8 'Legionnaires Disease, The control of Legionella bacteria in water systems'. Produced by the health and safety commission and any amendments to the ACOP produced during the period of this contract. * Inspection, Servicing and Testing required: * Hot Water System * Cold Water System * Legionella Sampling * TVC Sampling * TMV Servicing * The Contractor shall be required to carry out the monitoring and inspection of the hot and cold-water services to all sites listed in the Property Schedule. The Contractor shall be required to carry out the annual, quarterly and monthly task as laid out within the Approved Code of Practice and Guidance L8 and HSG274 \"Legionnaires Disease\" Part 2: The control of legionella bacteria in hot and cold water systems and provide adequate training to the site staff to carry out the weekly tasks The above areas listed in 1.2.2 are an indication of the services required but are not totally inclusive of all works that may be required.Individual order values will range from PS1 up to PS5,000 The appointed contractor will be required to provide a full Legionella service to all Bracknell Forest Council premises. All these premises are situated within the Borough of Bracknell Forest Council. For clarity, and as set out in the Pricing Schedule, Item 12.1 of the JCT MTC 2016, the Schedule of Rates, will be the Council's own Schedule of Rates. Item 12.4 of the JCT MTC 2016, the basis on which the Schedule of Rates is to be revised, will state as follows: prices will be fixed for the first three years of the contract, and then subject to CPI indexation applied on the third and fourth anniversaries, if the Council takes up the option to extend the Contract for a further one or two years as applicable The contract duration will be for a maximum of 5 years, covering an initial period of 3 years plus 2 optional extensions, each of 1 years or 1 optional extension of 2 years (i.e. 3 + 1 + 1 = 5) or (3 + 2 = 5). Extension choice is at the council's discretion. Additional information: Organisations must register their interest on the South East Business Portal site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be sent through this site via the messaging facility",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40%"
},
{
"type": "price",
"description": "60%"
}
]
},
"contractPeriod": {
"startDate": "2024-05-01T00:00:00+01:00",
"endDate": "2029-04-30T23:59:59+01:00"
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Top Scoring candidates from selection Questionnaire"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKJ11"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=514a7871-c878-ee11-8125-005056b64545",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "With in Specification documents",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "With in Specification documents"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-12-08T12:00:00Z"
},
"secondStage": {
"invitationDate": "2023-12-11T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": true
},
"parties": [
{
"id": "GB-FTS-419",
"name": "Bracknell Forest Borough Council",
"identifier": {
"legalName": "Bracknell Forest Borough Council"
},
"address": {
"streetAddress": "Time Square, Market Street",
"locality": "Bracknell",
"region": "UKJ11",
"postalCode": "RG12 1JD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Procurement.Team@Bracknell-Forest.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=514a7871-c878-ee11-8125-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.bracknell-forest.gov.uk",
"buyerProfile": "http://www.bracknell-forest.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-50878",
"name": "Bracknell Forest Borough Council",
"identifier": {
"legalName": "Bracknell Forest Borough Council"
},
"address": {
"locality": "Bracknell",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-419",
"name": "Bracknell Forest Borough Council"
},
"language": "en"
}