Tender

Provision of Legionella Management Services

BRACKNELL FOREST BOROUGH COUNCIL

This public procurement record has 1 release in its history.

Tender

08 Nov 2023 at 15:42

Summary of the contracting process

The Bracknell Forest Borough Council has issued a tender for the provision of Legionella Management Services. This contract covers a wide range of maintenance services and compliance inspections across 92 locations throughout Bracknell, involving 192 buildings. The procurement stage is currently active, with a deadline for submission of bids by December 8, 2023. The contract period is set to start on May 1, 2024, and end on April 30, 2029. Businesses in the service industry, particularly those specialised in legionella management and compliance inspections, are encouraged to apply.

This tender by the Bracknell Forest Borough Council represents an opportunity for businesses to secure a long-term contract for Legionella Management Services within the council's premises. The evaluation criteria for the contract include both quality (40%) and price (60%). Interested suppliers must meet the set selection criteria and submit their bids electronically before the specified deadline. The contract duration offers potential for business growth and stability over five years, with optional extensions based on CPI indexation. Businesses with expertise in water systems inspection, legionella sampling, and maintenance services are well-suited to compete for this procurement opportunity.

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

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

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

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

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-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"
}