Measured Term Contract for Water Quality Control 2022 – 2025; Corporate Property

A Tender Notice
by NORTH LANARKSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
17 month
Value
£500K
Sector
ENVIRONMENT
Published
17 Nov 2021
Delivery
To 18 Oct 2023 (est.)
Deadline
17 Dec 2021 12:00

Concepts

Location

North Lanarkshire Council area

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

There is an ongoing requirement for risk assessments and monitoring and sampling of water quality to be undertaken within the Council’s Corporate property portfolio throughout the North Lanarkshire Council geographical area. This service will include implementation of a planned monitoring regime for the relevant communal hot and cold-water systems and carrying out any remedial works required to ensure compliance with the relevant statutory requirements, including the Approved Code of Practice on Legionnaires’ disease (ACOP L8). To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf: identifying and assessing sources of risk; preparing a programme of work to prevent or control the identified risks; implementing, managing and monitoring precautions taken to prevent or control the identified risks; and record keeping in line with the requirements of ACOP L8.

Total Quantity or Scope

Risk assessments, monitoring and sampling of water quality to be undertaken within the Council’s Corporate property portfolio throughout the North Lanarkshire Council geographical area. Total value up to 500,000 GBP. Additional information: Candidates should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Candidate's submission being 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. DEADLINE FOR QUESTIONS IS 9/12/2021 AT 12:00.

Renewal Options

Initial Contract will be 17 months, with the option to extend for up to a further 12 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 12 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

Award Criteria

End User Satisfaction 25%
Programme Adherence 30%
Health & Safety and Environmental 30%
Fair Work Practices 5%
Community Benefits Offered for the minimum contract period of 17 months 5%
Community Benefits Offered for the duration of the possible extension periods (up to 12 months) 2.5%
Community Benefits Supporting Methodologies 2.5%
price 60%

CPV Codes

  • 90714500 - Environmental quality control services
  • 71630000 - Technical inspection and testing services
  • 71313430 - Environmental indicators analysis for construction
  • 85111820 - Bacteriological analysis services

Indicators

  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The information required in Part II of the SPD is for information only and will therefore not be assessed. The Council may however choose not to select Bidders who cannot provide basic company information. Bidders must ensure that they submit appropriate SPDs completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the SPD. Bidders unable to complete SPD(S) Part IV: Concluding Statements may be excluded from the competition. The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Candidate then the Candidate must provide, at the time of submitting the ITT, written confirmation of the signatory's authority to submit the ITT. Bidders should note that all documents listed in ITT Section 12 "Checklist of Required Documents" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant. Quality Questions - Minimum Score – If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant. Declaration of Non-involvement in Serious Organised Crime - In the case of any criminal history checks, the Council may exclude Bidders where the information provided to the Council by the Police Service of Scotland does not validate fully the information provided by the Bidder. Failure to disclose information that is relevant to this section or serious misrepresentation in relation to the information disclosed will result in exclusion from the Procurement or the termination of any subsequent contract that may be/has been awarded. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=673400. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers 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. 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: North Lanarkshire Council's policy on community benefits in procurement aims to consider whether community benefits can be included where it is making capital investments or services/goods are being purchased. An indication of the type of benefits which the Council expects is indicated within the ITT documents for this procurement exercise. Bidders will be required to provide details within their tender submission of the Community Benefits they will deliver if their tender submission is successful. It should be noted that the Community Benefit commitments made at tender stage may form a contractual obligation. (SC Ref:673400)

Reference

Domains