Award

CE-32-17 - MTC Legionella & Water Monitoring Services (4158)

SOUTH AYRSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

26 Oct 2017 at 00:00

Tender

09 Jun 2017 at 00:00

Summary of the contracting process

South Ayrshire Council is currently undertaking a procurement process for "CE-32-17 - MTC Legionella & Water Monitoring Services (4158)", aimed at appointing a service provider for water monitoring services across its operational properties. The procurement is categorised under the services industry and is being conducted through an open procedure. The tender period ended on 14 July 2017, with the award phase commencing immediately thereafter. Interested vendors should note that the delivery point for these services is located at County Buildings, Wellington Square, Ayr, with communication facilitated through procurement@south-ayrshire.gov.uk or by calling +44 3001230900.

This contract presents a significant opportunity for businesses specialised in environmental services, specifically those experienced in legionella risk assessments and water monitoring. Companies that can demonstrate technical capability, relevant certifications, and an understanding of health and safety regulations will find themselves well-positioned to compete. Furthermore, service providers that emphasise community benefits and environmental management will align closely with the council's objectives, thereby enhancing their competitiveness for future procurement activities within the region.

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

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

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

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

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-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"
        }
    ]
}