Notice Information
Notice Title
Water Quality Management (including Legionella)
Notice Description
West Dunbartonshire Council require the services of a competent contractor to facilitate water quality management in line with legislative compliance guidance document of Health & Safety Executive (HSE) Approved Code of Practice for the Control of Legionella (ACOP L8). The Service Provider shall provide a service of effective water quality treatment and management through reactive treatment and repairs and preventive maintenance routines arising from the Risk Assessments previously carried out. Maintenance of and repairs to associated equipment and plant also fall within the requirement.
Lot Information
Lot 1
West Dunbartonshire Council require the services of a competent contractor to facilitate water quality management in line with legislative compliance guidance document of Health & Safety Executive (HSE) Approved Code of Practice for the Control of Legionella (ACOP L8).
Renewal: Option to extend for 2 up to 12 month periods.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000583474
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368508
- 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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
45330000 - Plumbing and sanitary works
45332200 - Water plumbing work
71632000 - Technical testing services
71800000 - Consulting services for water-supply and waste consultancy
90910000 - Cleaning services
Notice Value(s)
- Tender Value
- £250,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £385,900 £100K-£500K
Notice Dates
- Publication Date
- 7 Oct 20196 years ago
- Submission Deadline
- 6 Aug 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Sep 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 3-5 years depending on whether option to extend is taken up.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST DUNBARTONSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- aileen.toland@west-dunbarton.gov.uk
- Contact Phone
- +44 1389737000
Buyer Location
- Locality
- DUMBARTON
- Postcode
- G82 1QL
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM31 East Dunbartonshire and West Dunbartonshire
- Delivery Location
- TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond
-
- Local Authority
- West Dunbartonshire
- Electoral Ward
- Dumbarton
- Westminster Constituency
- West Dunbartonshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359514
Water Quality Management (including Legionella) - West Dunbartonshire Council require the services of a competent contractor to facilitate water quality management in line with legislative compliance guidance document of Health & Safety Executive (HSE) Approved Code of Practice for the Control of Legionella (ACOP L8). The Service Provider shall provide a service of effective water quality treatment and management through reactive treatment and repairs and preventive maintenance routines arising from the Risk Assessments previously carried out. Maintenance of and repairs to associated equipment and plant also fall within the requirement. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368508
Water Quality Management (including Legionella) - West Dunbartonshire Council require the services of a competent contractor to facilitate water quality management in line with legislative compliance guidance document of Health & Safety Executive (HSE) Approved Code of Practice for the Control of Legionella (ACOP L8). The Service Provider shall provide a service of effective water quality treatment and management through reactive treatment and repairs and preventive maintenance routines arising from the Risk Assessments previously carried out. Maintenance of and repairs to associated equipment and plant also fall within the requirement.
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-r6ebe6-0000583474-2019-10-07T00:00:00Z",
"date": "2019-10-07T00:00:00Z",
"ocid": "ocds-r6ebe6-0000583474",
"initiationType": "tender",
"parties": [
{
"id": "org-57",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "aileen.toland@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"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.west-dunbarton.gov.uk"
}
},
{
"id": "org-338",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "aileen.toland@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"url": "http://"
},
"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.west-dunbarton.gov.uk"
}
},
{
"id": "org-339",
"name": "Envirocure Ltd",
"identifier": {
"legalName": "Envirocure Ltd"
},
"address": {
"streetAddress": "Unit 5, Grovewood Business Centre",
"locality": "Bellshill",
"region": "UKM",
"postalCode": "ML4 3NQ"
},
"contactPoint": {
"telephone": "+44 1698844843",
"faxNumber": "+44 1698845854"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "West Dunbartonshire Council",
"id": "org-338"
},
"tender": {
"id": "507",
"title": "Water Quality Management (including Legionella)",
"description": "West Dunbartonshire Council require the services of a competent contractor to facilitate water quality management in line with legislative compliance guidance document of Health & Safety Executive (HSE) Approved Code of Practice for the Control of Legionella (ACOP L8). The Service Provider shall provide a service of effective water quality treatment and management through reactive treatment and repairs and preventive maintenance routines arising from the Risk Assessments previously carried out. Maintenance of and repairs to associated equipment and plant also fall within the requirement.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71800000",
"scheme": "CPV"
},
{
"id": "45332200",
"scheme": "CPV"
},
{
"id": "45330000",
"scheme": "CPV"
},
{
"id": "90910000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 250000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-08-06T10:00:00Z"
},
"awardPeriod": {
"startDate": "2019-08-06T10:00:00Z"
},
"documents": [
{
"id": "JUL359514",
"documentType": "contractNotice",
"title": "Water Quality Management (including Legionella)",
"description": "West Dunbartonshire Council require the services of a competent contractor to facilitate water quality management in line with legislative compliance guidance document of Health & Safety Executive (HSE) Approved Code of Practice for the Control of Legionella (ACOP L8). The Service Provider shall provide a service of effective water quality treatment and management through reactive treatment and repairs and preventive maintenance routines arising from the Risk Assessments previously carried out. Maintenance of and repairs to associated equipment and plant also fall within the requirement.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359514",
"format": "text/html"
},
{
"id": "OCT368508",
"documentType": "awardNotice",
"title": "Water Quality Management (including Legionella)",
"description": "West Dunbartonshire Council require the services of a competent contractor to facilitate water quality management in line with legislative compliance guidance document of Health & Safety Executive (HSE) Approved Code of Practice for the Control of Legionella (ACOP L8). The Service Provider shall provide a service of effective water quality treatment and management through reactive treatment and repairs and preventive maintenance routines arising from the Risk Assessments previously carried out. Maintenance of and repairs to associated equipment and plant also fall within the requirement.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368508",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "West Dunbartonshire Council require the services of a competent contractor to facilitate water quality management in line with legislative compliance guidance document of Health & Safety Executive (HSE) Approved Code of Practice for the Control of Legionella (ACOP L8).",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery & Methodology",
"description": "16"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for 2 up to 12 month periods."
}
}
],
"bidOpening": {
"date": "2019-08-06T10:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "A set of Key Performance Indicators (KPI's) will be used to manage the contracts and monitor performance. These are detailed below as a minimum. Additional KPI's may be agreed at pre-contract start meeting or at any time during the contract period: - Lead/Delivery Times - Innovation/Improvements - Community Benefits/Social Issues - Invoice Accuracy - Cost Reduction Initiatives - Communication - Responsiveness - Management Information"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The service provider must carry out the contract in line with legislative compliance guidance document of the Health and Safety Executive (HSE) Approved Code of Practice for the Control of Legionella ACOP L8, in conjunction with the BS8580-1:2019, or any superseding codes of practice. Laboratories used for the purpose of analyses must be independent and accredited to ISO/IEC 17025 (2017) standard by a recognised accreditation body (such as UKAS) and capable of complete analyses as detailed in the Water Supply (Water Quality) Regulations 2010, schedule 1, which references: i.The Water Supply (Water Quality) (Scotland) Regulations 2001 Schedule 1 (Tables A & B), and ii.The Water Supply (Water Quality) Regulations 2000, Schedule 3 (Table 2 & 3) or any superseding legislation."
},
{
"type": "economic",
"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 or Regulations 8 & 9 of the Procurement (Scotland) Regulations 2016. Minimum level(s) of standards required: With reference to ESPD questions: 4B.1,& 4B.2 Turnover - supplier must demonstrate and annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est. 50,000 GBP, therefore a turnover of 100,000 GBP is required 4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing . - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected. Insurance It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Q4B.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 listed below. - Employers Liability Insurance - 10 million GBP each and every claim Q4B5.2 - Public and Product Liability Insurance - 10 million GBP each and every claim - Professional Indemnity Insurance - 5 million GBP each and every claim"
},
{
"type": "technical",
"description": "List and brief description of selection criteria: ESPD questions: 4C.1.2,& 4C.10. 4D.1 These question will be scored in line with \"Evaluation Methodology\" as detailed in WD01 however a minimum \"pass\" threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Councils requirements and therefore will not progress to stage 2 \"award criteria (Technical & Commercial envelopes) Minimum level(s) of standards required: - 4C.1.2, Bidders are required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this Contract Notice or the relevant section of the Site Notice. The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, candidates should ensure that companies listed would be willing to discuss the candidates performance with the Council. - Bidders are required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. -4C.10,Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate ESPD (Scotland) Response for all Parts of the ESPD (Scotland) Qualification Envelope, except Part 4. Q4D.1 Mandatory Pass/Fail Question - Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder can demonstrate an equivalent. Q4D.1 Mandatory Pass/Fail Question -Health & Safety 1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 2. The bidder can demonstrate an equivalent. (Passing the Contracting Authorities health & safety assessment questionnaire would demonstrate an equivalent ref WD06)"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "71632000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "3-5 years depending on whether option to extend is taken up."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 128-313543"
}
],
"description": "TUPE - we have been advised by the current supplier that TUPE may apply but this position is not warranted by the Council therefore it is for any Tenderer to satisfy themselves. The documents entitled \"Supplier Certificates & additional Selection Criteria\" are found in the general attachments area of PCS-T and should be completed and presented. 1. WD04 Parent Company Guarantee (Only if Required) 2. WD06 Health & Safety Questionnaire Reform (Only if Required) 3. WD07 Certificate of Non-Canvassing 4. WD08 FOI Declaration 5. WD09 WDC Financial Vetting Questionnaire 6. WD14 - Declaration 7. WD15 Police Scotland Checks 8. Insurance Documents - evidence of your companies insurance certificates as detailed in the tender documentation. The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender. With reference to information sharing with Police Scotland tenderers are will be required to confirm acceptance to sharing company director's details at preferred bidder's status. Minimum requirements to pass the qualification envelope, exclusion & selection criteria Discretionary Scored Questions - Shortlisting Qualification Envelope Questions These questions will be scored in line with the \"Evaluation Methodology\" detailed in WD01. Q4D.1 Mandatory Pass/Fail Question -Health & Safety 1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001(or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 2. The bidder can demonstrate an equivalent (Passing WDC's Health & Safety assessment questionnaire would demonstrate an equivalent: ref WD06) Technical Envelope: Tenderers are required to confirm compliance with the Terms and Conditions of Contract. Failure to comply with these may result in the tender submission not being considered further. The Technical Envelope contains several elements that will be required to be completed by Tenderers in order to be scored. Tenderers will also be asked to complete some questions with regards to work force matters, please note that these questions will not form part of the award criteria. Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Social benefits (Community benefits) commitments will form part of the award criteria. Social benefits commitments must be delivered or initiated within 12 months of contract award and will be monitored throughout the lifetime of the contract. (SC Ref:598719)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000583474"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000583474"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "Project_13508",
"suppliers": [
{
"id": "org-339",
"name": "Envirocure Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "Project_13508",
"awardID": "Project_13508",
"status": "active",
"value": {
"amount": 385900,
"currency": "GBP"
},
"dateSigned": "2019-09-09T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "322",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "323",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "324",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "325",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "326",
"measure": "electronicBids",
"value": 6,
"relatedLot": "1"
}
]
}
}