Legionella Prevention, Control and Risk Management Services 2024-26

A Tender Notice
by EAST RENFREWSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
2 year
Value
2M
Sector
ENVIRONMENT
Published
30 Nov 2023
Delivery
To 11 Jan 2026 (est.)
Deadline
12 Jan 2024 12:00

Concepts

Location

Giffnock

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

East Renfrewshire council are seeking bids for a Measured Term Contract to provide a Legionella Bacteria Control, Prevention and Risk Management Service for East Renfrewshire Council Properties (Housing and Non-Housing) 2019-21 programme in compliance with the following: -Legionnaires’ Disease (The Control of Legionella Bacteria in Water Systems) L8 Approved Code of Practice and Guidance on Regulations; -Legionnaires’ Disease Technical Guidance Parts 1, 2 and 3; -Current E.C. Guidelines; -Workplace Regulations; -Food Safety Act; -The Health and Safety at Work Act 1974; -The Control of Substances Hazardous to Health Regulations 2002; -The Management of Health and Safety at Work Regulations 1999; -The Notification of Cooling Towers and Evaporative Condensers Regulations 1992. East Renfrewshire Council requires the Legionella Bacteria Control, Prevention and Risk Management service for approximately 128 non housing properties, 8 sheltered housing complexes, 1 homeless unit and 2939 domestic dwellings (housing properties). All the non-housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance. A percentage of the housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance the provision for this is included within the contract.

Total Quantity or Scope

Open Route 3 Tender (Services Contract) Utilising Public Contract Scotland Tender The form of contract for will be the SBCC Measured Term Contract for use in Scotland (2011 Edition). For the avoidance of doubt bidders should note that the value in this notice is a ceiling value and is not guaranteed or implied and will only be utilised should the winning contractor be performing effectively, have capacity when such works arise and provide a quick cost effective option for such spend.

Renewal Options

Up to 2 x 12 month extensions at the discretion of the Council subject to budget availability and performance

Award Criteria

Methodology & Approach 40.0
Contract Management 30.0
Recording And Storage Of Information - 15.0
Net Zero 5.0
Community Benefits 5.0
Fair Working Practices 5.0
PRICE 60.0

CPV Codes

  • 90713100 - Consulting services for water-supply and waste-water other than for construction
  • 38910000 - Hygiene monitoring and testing equipment
  • 38341500 - Contamination-monitoring devices

Indicators

  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.
  • Award on basis of price.

Other Information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25355. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this contract the successful Contractor will be requested to support East Renfrewshire Council’s economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy. Tier 1. Targeted recruitment and training for priority employability groups. Tier 2. Work experience placements for the same target groups. Tier 3. Curriculum support for schools and those on employability pathways. Tier 4. Community Enhancement for community groups and projects. Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support. Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 10 Community Benefits points per year of the contract (SC Ref:751974)

Reference

Domains