Notice Information
Notice Title
Water Quality Control 2018-2022
Notice Description
This procurement exercise is to establish a contract for future provision of Inspection of Water Systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. Under the Health & Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems.
Lot Information
Lot 1 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Corporate Property portfolio
The following information is intended as an overview and should assist Candidates in making an informed decision as to whether to submit a completed ESPD for this provision. This is not a specification of requirements and Candidates are not requested to provide proposals for a solution at this stage. A full and detailed specification of requirements shall be provided within the ITT, which shall be issued to shortlisted Candidates. . The Council is looking to appoint a suitably qualified contractor to undertake Inspection of Water Systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Under the Health & Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems. . Lot 1 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Award of this lot on the basis of MEAT, the evaluation of a combination of Service Providers rates and quality questions. Anticipated upper limit of spend to be potentially routed thought this lot circa 800000 GBP. . The works will be subject to a priority coding system as follows: commenced within 3 hours outwith normal hours and completed as soon as practical; commenced within 3 hours within normal working hours and completed as soon as practical; completed within 3 working days; completed within 7 working days; completed within 20 working days; and Start and finish dates to be set on Order. . The contract will include analytical sampling for chemicals and bacteria including Legionella as well as the monitoring, inspection and testing of water systems which includes a water quality management service carrying out risk assessments to identify potential risk areas and establish a programme of work to manage the risks. Visits will be visited on a monthly, 3 monthly, 6 monthly and annual basis in accordance with the Approved L8 Code of Practice to carry out specified works which include but are not limited to determining current location of storage tanks, pipework systems and mains supply, measure and inspect storage tanks, cleaning and disinfecting, pipework systems and mains supply, obtaining water samples and submitting to analyst, obtaining test certificates when requested for bacterial, chemical, lead and legionella analysis, prepare schematic for all site water systems upon request, provide site log books which shall contain details of the systems including results of risk assessments, information relating to temperature, inspections, sampling results and treatments, service records of visits, management systems protocols relating to the site system, chlorine dosing systems, upgrading storage tanks and servicing of thermostatic mixing valves and recording of temperatures where required within the geographical boundaries of the North Lanarkshire Council area. . The contract will be governed by JCT Conditions MTC/Scotland as amended by the Employer. Full details to be set out within the ITT. . Candidates should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) ("TUPE") may apply to this contract. Full details to be set out within the ITT. . Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering a contract of this nature i.e. high volume of orders, prioritised orders, etc.. 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.
Lot 2 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Housing Property portfolioThe following information is intended as an overview and should assist Candidates in making an informed decision as to whether to submit a completed ESPD for this provision. This is not a specification of requirements and Candidates are not requested to provide proposals for a solution at this stage. A full and detailed specification of requirements shall be provided within the ITT, which shall be issued to shortlisted Candidates. . The Council is looking to appoint a suitably qualified contractor to undertake Inspection of Water Systems within the Councils Housing Property portfolio. Under the Health & Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems. . Lot 2 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Housing Property portfolio. Award of this lot on the basis of MEAT, the evaluation of a combination of Service Providers rates and quality questions. Anticipated upper limit of spend to be potentially routed thought this lot circa 1120000 GBP. . The works will be subject to a priority coding system as follows: commenced within 3 hours outwith normal hours and completed as soon as practical; commenced within 3 hours within normal working hours and completed as soon as practical; completed within 3 working days; completed within 7 working days; completed within 20 working days; and Start and finish dates to be set on Order. . The contract will include analytical sampling for chemicals and bacteria including Legionella as well as the monitoring, inspection and testing of water systems which includes a water quality management service carrying out risk assessments to identify potential risk areas and establish a programme of work to manage the risks. Visits will be carried out as instructed by Housing Property and will include but are not limited to determining current location of storage tanks, pipework systems and mains supply, measure and inspect storage tanks, cleaning and disinfecting, pipework systems and mains supply, obtaining water samples and submitting to analyst, obtaining test certificates when requested for bacterial, chemical, lead and legionella analysis, prepare schematic for all site water systems upon request, provide site log books which shall contain details of the systems including results of risk assessments, information relating to temperature, inspections, sampling results and treatments, service records of visits, management systems protocols relating to the site system, chlorine dosing systems, upgrading storage tanks and servicing of thermostatic mixing valves and recording of temperatures where required within the geographical boundaries of the North Lanarkshire Council area. . The contract will be governed by JCT Conditions MTC/Scotland as amended by the Employer. Full details to be set out within the ITT. . Candidates should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) ("TUPE") may apply to this contract. Full details to be set out within the ITT. . Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering a contract of this nature i.e. high volume of orders, prioritised orders, etc.. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000512791
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG326900
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
50411100 - Repair and maintenance services of water meters
51514110 - Installation services of machinery and apparatus for filtering or purifying water
71630000 - Technical inspection and testing services
71631000 - Technical inspection services
Notice Value(s)
- Tender Value
- £1,920,000 £1M-£10M
- Lots Value
- £1,920,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,920,000 £1M-£10M
Notice Dates
- Publication Date
- 31 Jul 20187 years ago
- Submission Deadline
- 23 Oct 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Jul 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Head od Corporate Property, Procurement and Resource Solutions
- Contact Email
- edmondb@northlan.gov.uk, stewartpa@northlan.gov.uk
- Contact Phone
- +44 1698302222, +44 1698403950
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP296332
Water Quality Control 2018-2022 - This procurement exercise is to establish a contract for future provision of Inspection of Water Systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. Under the Health & Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG326900
Water Quality Control 2018-2022 - This procurement exercise is to establish a contract for future provision of Inspection of Water Systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. Under the Health & Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems.
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-r6ebe6-0000512791-2018-07-31T00:00:00Z",
"date": "2018-07-31T00:00:00Z",
"ocid": "ocds-r6ebe6-0000512791",
"initiationType": "tender",
"parties": [
{
"id": "org-14",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "stewartpa@northlan.gov.uk",
"telephone": "+44 1698403950",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-2",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Head od Corporate Property, Procurement and Resource Solutions",
"email": "edmondb@northlan.gov.uk",
"telephone": "+44 1698302222",
"faxNumber": "+44 1698275125",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-303",
"name": "HBE Risk Management",
"identifier": {
"legalName": "HBE Risk Management"
},
"address": {
"streetAddress": "Suite 1.2 Chiron House, Phoenix Business Park",
"locality": "Linwood",
"region": "UKM84",
"postalCode": "PA1 2AB"
},
"contactPoint": {
"telephone": "+44 8456399673"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-304",
"name": "SPIE Limited",
"identifier": {
"legalName": "SPIE Limited"
},
"address": {
"streetAddress": "2nd Floor, One Rutherglen Links",
"locality": "Glasgow",
"region": "UKM84",
"postalCode": "G73 1DF"
},
"contactPoint": {
"telephone": "+44 1416137453"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-2"
},
"tender": {
"id": "CPT-KJ-CPAP-17-320",
"title": "Water Quality Control 2018-2022",
"description": "This procurement exercise is to establish a contract for future provision of Inspection of Water Systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. Under the Health & Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50411100",
"scheme": "CPV"
},
{
"id": "51514110",
"scheme": "CPV"
},
{
"id": "71630000",
"scheme": "CPV"
},
{
"id": "71631000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "50411100",
"scheme": "CPV"
},
{
"id": "51514110",
"scheme": "CPV"
},
{
"id": "71630000",
"scheme": "CPV"
},
{
"id": "71631000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 1920000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-10-23T12:00:00Z"
},
"documents": [
{
"id": "SEP296332",
"documentType": "contractNotice",
"title": "Water Quality Control 2018-2022",
"description": "This procurement exercise is to establish a contract for future provision of Inspection of Water Systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. Under the Health & Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP296332",
"format": "text/html"
},
{
"id": "AUG326900",
"documentType": "awardNotice",
"title": "Water Quality Control 2018-2022",
"description": "This procurement exercise is to establish a contract for future provision of Inspection of Water Systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. Under the Health & Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG326900",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Lot 1 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Corporate Property portfolio",
"description": "The following information is intended as an overview and should assist Candidates in making an informed decision as to whether to submit a completed ESPD for this provision. This is not a specification of requirements and Candidates are not requested to provide proposals for a solution at this stage. A full and detailed specification of requirements shall be provided within the ITT, which shall be issued to shortlisted Candidates. . The Council is looking to appoint a suitably qualified contractor to undertake Inspection of Water Systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Under the Health & Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems. . Lot 1 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Award of this lot on the basis of MEAT, the evaluation of a combination of Service Providers rates and quality questions. Anticipated upper limit of spend to be potentially routed thought this lot circa 800000 GBP. . The works will be subject to a priority coding system as follows: commenced within 3 hours outwith normal hours and completed as soon as practical; commenced within 3 hours within normal working hours and completed as soon as practical; completed within 3 working days; completed within 7 working days; completed within 20 working days; and Start and finish dates to be set on Order. . The contract will include analytical sampling for chemicals and bacteria including Legionella as well as the monitoring, inspection and testing of water systems which includes a water quality management service carrying out risk assessments to identify potential risk areas and establish a programme of work to manage the risks. Visits will be visited on a monthly, 3 monthly, 6 monthly and annual basis in accordance with the Approved L8 Code of Practice to carry out specified works which include but are not limited to determining current location of storage tanks, pipework systems and mains supply, measure and inspect storage tanks, cleaning and disinfecting, pipework systems and mains supply, obtaining water samples and submitting to analyst, obtaining test certificates when requested for bacterial, chemical, lead and legionella analysis, prepare schematic for all site water systems upon request, provide site log books which shall contain details of the systems including results of risk assessments, information relating to temperature, inspections, sampling results and treatments, service records of visits, management systems protocols relating to the site system, chlorine dosing systems, upgrading storage tanks and servicing of thermostatic mixing valves and recording of temperatures where required within the geographical boundaries of the North Lanarkshire Council area. . The contract will be governed by JCT Conditions MTC/Scotland as amended by the Employer. Full details to be set out within the ITT. . Candidates should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (\"TUPE\") may apply to this contract. Full details to be set out within the ITT. . Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering a contract of this nature i.e. high volume of orders, prioritised orders, etc.. 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.",
"status": "complete",
"value": {
"amount": 800000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
},
{
"id": "2",
"title": "Lot 2 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Housing Property portfolio",
"description": "The following information is intended as an overview and should assist Candidates in making an informed decision as to whether to submit a completed ESPD for this provision. This is not a specification of requirements and Candidates are not requested to provide proposals for a solution at this stage. A full and detailed specification of requirements shall be provided within the ITT, which shall be issued to shortlisted Candidates. . The Council is looking to appoint a suitably qualified contractor to undertake Inspection of Water Systems within the Councils Housing Property portfolio. Under the Health & Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems. . Lot 2 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Housing Property portfolio. Award of this lot on the basis of MEAT, the evaluation of a combination of Service Providers rates and quality questions. Anticipated upper limit of spend to be potentially routed thought this lot circa 1120000 GBP. . The works will be subject to a priority coding system as follows: commenced within 3 hours outwith normal hours and completed as soon as practical; commenced within 3 hours within normal working hours and completed as soon as practical; completed within 3 working days; completed within 7 working days; completed within 20 working days; and Start and finish dates to be set on Order. . The contract will include analytical sampling for chemicals and bacteria including Legionella as well as the monitoring, inspection and testing of water systems which includes a water quality management service carrying out risk assessments to identify potential risk areas and establish a programme of work to manage the risks. Visits will be carried out as instructed by Housing Property and will include but are not limited to determining current location of storage tanks, pipework systems and mains supply, measure and inspect storage tanks, cleaning and disinfecting, pipework systems and mains supply, obtaining water samples and submitting to analyst, obtaining test certificates when requested for bacterial, chemical, lead and legionella analysis, prepare schematic for all site water systems upon request, provide site log books which shall contain details of the systems including results of risk assessments, information relating to temperature, inspections, sampling results and treatments, service records of visits, management systems protocols relating to the site system, chlorine dosing systems, upgrading storage tanks and servicing of thermostatic mixing valves and recording of temperatures where required within the geographical boundaries of the North Lanarkshire Council area. . The contract will be governed by JCT Conditions MTC/Scotland as amended by the Employer. Full details to be set out within the ITT. . Candidates should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (\"TUPE\") may apply to this contract. Full details to be set out within the ITT. . Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering a contract of this nature i.e. high volume of orders, prioritised orders, etc.. 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.",
"status": "complete",
"value": {
"amount": 1120000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2017-11-10T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "4A.1 - If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. . The Bidder response to this question will be evaluated as follows: . Pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.1) . Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.1)"
},
{
"type": "economic",
"description": "4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 200000 GBP for the last 3 years for Lot 1. Bidders will be required to have an average yearly turnover of a minimum of 280000 GBP for the last 3 years for Lot 2. . Note, if bidding for both lots, Bidders will be required to have an average yearly turnover of a minimum of 480000 GBP for the last 3 years. . 4B.5.1 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: . Employer's (Compulsory) Liability Insurance = 10,000,000 GBP each and every claim and in the annual aggregate. . 4B.5.2 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: . Public Liability Insurance = 10,000,000 GBP each and every claim and in the annual aggregate. . 4B.6 - Concerning any other economic or financial requirements, the bidder declares that: It has an Equifax Score Check Grade of E- or above. . It is recommended that Bidders review their own Equifax Score Check Grade in advance of returning their Bidders Submission. If, following this review, Bidders consider that the Equifax Score Check Grade does not reflect their current financial status; the Bidder should give a detailed explanation in response to question 4B.6, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Bidder's financial status. . Where the Bidder is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade or equivalent rating, they must provide their audited financial accounts for the previous two years as part of their Bidders Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this size. This assessment will consider whether or not the there is any significant financial risk identified.",
"minimum": "The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows: . Pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.2) . Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.2)"
},
{
"type": "technical",
"description": "Technical and professional ability will be scored by an evaluation panel; Bidders must achieve a minimum average score of 50 marks for question 4C.1.2 in order to pass this question; if the average minimum score is below 50 marks this will be deemed a failure to meet the Council's minimum standards for technical and professional Ability. . 4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. . This question carries an overall weighting of 100%. . 4C.6 - Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Certificate of member to Legionella Control Association. . 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. . Response to 4C.10 will not be evaluated.",
"minimum": "The scoring rationale of the evaluation panel for question 4C.1.2 is as follows: . Score - Definition . 100 - Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion . 90 - Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of what is required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area . 80 - Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high level of detail as to their capacity/ability/experience in this area . 70 - Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and provides evidence of a reliable level of capacity/ability/experience in this area . 60 - Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory depth but evidence of capacity/ability/experience in this area could have been more detailed . 50 - Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail of evidence of capacity/ability/experience in this area . 40 - Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas . 30 - Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited evidence as to the candidate's capacity/ability/experience in this area . 20 - Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate's capacity/ability/experience in this area . 10 - Response demonstrates little evidence of the candidate's understanding or explanation of the candidate's capacity/ability/experience in this area . 0 - Nil or irrelevant response . 4C.6 - The Bidder response to this question will be evaluated as follows: . Pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.3) . Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.3) . 4C.10 - If the bidder has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part then a separate ESPD for such subcontractors must be completed for sections: . Part II Information concerning the bidder A: Information about the bidder B: Information about representatives of the bidder . Part III Exclusions Grounds A: Grounds Relating to Criminal Convictions B: Grounds Relating to the payment of taxes or social security contributions C: Blacklisting D: Grounds Relating to insolvency, conflicts of interests or professional misconduct. . Part IV Selection Criteria (only the sections that the entity is being relied upon)"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 150
}
},
"classification": {
"id": "50411100",
"scheme": "CPV"
},
"reviewDetails": "The Council will incorporate a minimum of 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Economic operators must meet Council's minimum requirements stated in this Contract Notice, else their proposal will be rejected. . 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. . The council reserves the right before moving from selection stage to award stage to request candidates produce supporting documentary evidence or certificates referenced in their ESPD response. In any case, these must be provided prior to contract award. . Tenderers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. . ESPD Part IV Selection Criteria, Section D: Quality Assurance Schemes and Environmental Management Standards . Bidders must respond to ESPD Questions 4D.1 and 4D.2. . The Bidder response to these questions for Quality Assurance Schemes and Environmental Management Standards will be evaluated as follows: . Pass = response is compliant with the minimum requirement stated in the Contract Notice section VI.3 (Additional Information) specifically the Quality Assurance Schemes and Environmental Management Standards) . Fail = response is not compliant with the minimum requirement stated in the Contract Notice section VI.3 (Additional Information) specifically the Quality Assurance Schemes and Environmental Management Standards). . For a detailed breakdown of the standard statements applicable to ESPD Questions 4D.1 and 4D.2, please refer to document \"VI.3 Additional Information - Part 4D1 & 2\", contained within the Buyers Attachment area of PCS-T. (SC Ref:552080)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000512791"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000512791"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "CPT-KJ-CPAP-17-320-1",
"title": "Lot 1 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Corporate Property portfolio",
"suppliers": [
{
"id": "org-303",
"name": "HBE Risk Management"
}
],
"relatedLots": [
"1"
]
},
{
"id": "CPT-KJ-CPAP-17-320-2",
"title": "Lot 2 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Housing Property portfolio",
"suppliers": [
{
"id": "org-304",
"name": "SPIE Limited"
}
],
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "CPT-KJ-CPAP-17-320-1",
"awardID": "CPT-KJ-CPAP-17-320-1",
"title": "Lot 1 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Corporate Property portfolio",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2018-07-18T00:00:00Z"
},
{
"id": "CPT-KJ-CPAP-17-320-2",
"awardID": "CPT-KJ-CPAP-17-320-2",
"title": "Lot 2 - Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Housing Property portfolio",
"status": "active",
"value": {
"amount": 1120000,
"currency": "GBP"
},
"dateSigned": "2018-07-18T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 183-375246"
}
],
"bids": {
"statistics": [
{
"id": "324",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "325",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "326",
"measure": "bids",
"value": 6,
"relatedLot": "2"
},
{
"id": "327",
"measure": "smeBids",
"value": 4,
"relatedLot": "2"
}
]
}
}