Notice Information
Notice Title
CE-32-17 - MTC Legionella & Water Monitoring Services (4158)
Notice Description
The Council requires to appoint, to a Measured Term Contract, a suitably experienced Service Provider to carry out Legionella & Water Monitoring Services in occupied, operational properties throughout South Ayrshire.
Lot Information
Lot 1
The Council requires to appoint, to a Measured Term Contract, a suitably experienced Service Provider to carry out Legionella & Water Monitoring Services in occupied, operational properties throughout South Ayrshire.
Renewal: This contract shall be for 2 years +1 year +1year. The contract will be up for renewal on 01/06/2021 if contract extensions are activated
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000499463
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT299418
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71313000 - Environmental engineering consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Oct 20178 years ago
- Submission Deadline
- 14 Jul 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Oct 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 01/06/2021
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH AYRSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@south-ayrshire.gov.uk
- Contact Phone
- +44 3001230900
Buyer Location
- Locality
- AYR
- Postcode
- KA8 8BH
- Post Town
- Kilmarnock
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM94 South Ayrshire
- Delivery Location
- TLM94 South Ayrshire
-
- Local Authority
- South Ayrshire
- Electoral Ward
- Ayr North
- Westminster Constituency
- Ayr, Carrick and Cumnock
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN285799
CE-32-17 - MTC Legionella & Water Monitoring Services (4158) - The Council requires to appoint, to a Measured Term Contract, a suitably experienced Service Provider to carry out Legionella & Water Monitoring Services in occupied, operational properties throughout South Ayrshire. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT299418
CE-32-17 - MTC Legionella & Water Monitoring Services (4158) - The Council requires to appoint, to a Measured Term Contract, a suitably experienced Service Provider to carry out Legionella & Water Monitoring Services in occupied, operational properties throughout South Ayrshire.
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-r6ebe6-0000499463-2017-10-26T00:00:00Z",
"date": "2017-10-26T00:00:00Z",
"ocid": "ocds-r6ebe6-0000499463",
"initiationType": "tender",
"parties": [
{
"id": "org-4",
"name": "South Ayrshire Council",
"identifier": {
"legalName": "South Ayrshire Council"
},
"address": {
"streetAddress": "Newton House, 30 Green Street Lane",
"locality": "Ayr",
"region": "UKM37",
"postalCode": "KA8 8BH"
},
"contactPoint": {
"email": "procurement@south-ayrshire.gov.uk",
"telephone": "+44 3001230900",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
},
{
"id": "10",
"description": "Social protection",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.south-ayrshire.gov.uk/procurement/"
}
},
{
"id": "org-13",
"name": "South Ayrshire Council",
"identifier": {
"legalName": "South Ayrshire Council"
},
"address": {
"streetAddress": "Newton House, 30 Green Street Lane",
"locality": "Ayr",
"region": "UKM94",
"postalCode": "KA8 8BH"
},
"contactPoint": {
"email": "procurement@south-ayrshire.gov.uk",
"telephone": "+44 3001230900",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.south-ayrshire.gov.uk/procurement/"
}
}
],
"buyer": {
"name": "South Ayrshire Council",
"id": "org-13"
},
"tender": {
"id": "CE-32-17",
"title": "CE-32-17 - MTC Legionella & Water Monitoring Services (4158)",
"description": "The Council requires to appoint, to a Measured Term Contract, a suitably experienced Service Provider to carry out Legionella & Water Monitoring Services in occupied, operational properties throughout South Ayrshire.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71313000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "County Buildings, Wellington Square Ayr"
},
"deliveryAddresses": [
{
"region": "UKM37"
},
{
"region": "UKM94"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"tenderPeriod": {
"endDate": "2017-07-14T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-07-14T12:00:00Z"
},
"documents": [
{
"id": "JUN285799",
"documentType": "contractNotice",
"title": "CE-32-17 - MTC Legionella & Water Monitoring Services (4158)",
"description": "The Council requires to appoint, to a Measured Term Contract, a suitably experienced Service Provider to carry out Legionella & Water Monitoring Services in occupied, operational properties throughout South Ayrshire.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN285799",
"format": "text/html"
},
{
"id": "OCT299418",
"documentType": "awardNotice",
"title": "CE-32-17 - MTC Legionella & Water Monitoring Services (4158)",
"description": "The Council requires to appoint, to a Measured Term Contract, a suitably experienced Service Provider to carry out Legionella & Water Monitoring Services in occupied, operational properties throughout South Ayrshire.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT299418",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Council requires to appoint, to a Measured Term Contract, a suitably experienced Service Provider to carry out Legionella & Water Monitoring Services in occupied, operational properties throughout South Ayrshire.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "This contract shall be for 2 years +1 year +1year. The contract will be up for renewal on 01/06/2021 if contract extensions are activated"
}
}
],
"bidOpening": {
"date": "2017-07-14T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "During the period of the Contract Agreement, the Service Provider shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Quality - Category Weight (40%) Fit for purpose products Continual Improvement/Innovation Product Up Time Cost - Category Weight (10%) Invoice Accuracy Service - Category Weight (40%) Responsiveness Response Times Sustainability - Category Weight (10%) Community Benefits More detail can be found detailed in the Contract Notice within the tender documentation."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The personnel carrying out the surveys and preparing the subsequent risk assessments are required to be \"competent\". Given that a significant component of the Risk Assessment is qualitative in nature, it is required that the Contractor can demonstrate that \"Risk Assessors\" are suitably trained, qualified, experience and technically competent to ensure that all actual and potential conditions are appropriately addressed. The Risk Assessors should also be able to demonstrate a comprehensive knowledge of all Regulations, Codes of Practice and Standards applicable to domestic water systems and the potential health risks that could be encountered."
},
{
"type": "economic",
"description": "It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below: Insurances: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. All Risks Insurance = 1 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. Financial Standing: The Council will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Bidder's economic and financial standing. In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below: A copy of the organisation's audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end. OR A statement of the organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. NOTE if this information is not available in an audited format Tenderers may be required to provide an end of period balance sheet or make the response specified below. OR If Tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the Authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing. Once the Council has received and considered such financial information as is made available in line with the requirements above, the Council shall have discretion to ask Tenderers to provide either a parent company guarantee and/or a guarantee from an agreed financial institution as it considers appropriate (acting reasonably). In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.",
"minimum": "It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below: Insurances: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. All Risks Insurance = 1 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. Financial Standing: The Council will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Bidder's economic and financial standing. In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below: A copy of the organisation's audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end. OR A statement of the organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. NOTE if this information is not available in an audited format Tenderers may be required to provide an end of period balance sheet or make the response specified below. OR If Tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the Authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing. Once the Council has received and considered such financial information as is made available in line with the requirements above, the Council shall have discretion to ask Tenderers to provide either a parent company guarantee and/or a guarantee from an agreed financial institution as it considers appropriate (acting reasonably). In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected."
},
{
"type": "technical",
"description": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for this Legionella & Water Monitoring Services contract. The below requirements will be requested at the \"Request For Documentation\" Stage: Two (2) examples of the provision of similar services may be requested and must be from within the last 3 years. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. Tenderers may also be required to provide: Technical Skills A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise. Technical Resources A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise. Technical Confirmation If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you.",
"minimum": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for this Legionella & Water Monitoring Services contract. The below requirements will be requested at the \"Request For Documentation\" Stage: Two (2) examples of the provision of similar services may be requested and must be from within the last 3 years. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. Tenderers may also be required to provide: Technical Skills A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise. Technical Resources A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise. Technical Confirmation If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2017-10-12T00:00:00Z"
}
},
"classification": {
"id": "71313000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "01/06/2021"
}
},
"language": "EN",
"description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Information in relation to the following requirements can be found within the contract notice that is included within the tender documentation: Quality Control Requirements Quality Assurance/Health and Safety Requirements Environmental Management Standards Requirements Assessment of Employment Status Subcontractor Detail (SC Ref:516710)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000499463"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000499463"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "CE-32-17",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "CE-32-17",
"awardID": "CE-32-17",
"status": "active",
"dateSigned": "2017-10-20T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 111-223430"
}
]
}