Government, Pharmaceutical & Medical
Measured Term Contract for Water Quality Control 2022 – 2025; Corporate Property
Measured Term Contract for Water Quality Control 2022 – 2025; Corporate Property has been closed on 17 Dec 2021. It no longer accepts any bids. For further information, you can contact the North Lanarkshire Council
Bellow, you can find more information about this project:
Location: United Kingdom
North Lanarkshire Council
Government
Pharmaceutical & Medical
Closed
17 Nov 2021
17 Dec 2021
Not available
+44 1698403876
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
UK
Telephone: +44 1698403876
E-mail: [email protected]
Fax: +44 1698275125
NUTS: UKM84
Internet address(es)
Main address: http://www.northlanarkshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
Regional or local authority
General public services
Measured Term Contract for Water Quality Control 2022 – 2025; Corporate Property
Reference number: HO MS 21 066 NLC-CPT-21-104
90714500
Services
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.
Value excluding VAT: 500 000.00 GBP
This contract is divided into lots: No
71630000
71313430
85111820
NUTS code:
UKM84
Main site or place of performance:
North Lanarkshire Council area
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
Criteria below:
Quality criterion: End User Satisfaction / Weighting: 25%
Quality criterion: Programme Adherence / Weighting: 30%
Quality criterion: Health & Safety and Environmental / Weighting: 30%
Quality criterion: Fair Work Practices / Weighting: 5%
Quality criterion: Community Benefits Offered for the minimum contract period of 17 months / Weighting: 5%
Quality criterion: Community Benefits Offered for the duration of the possible extension periods (up to 12 months) / Weighting: 2.5%
Quality criterion: Community Benefits Supporting Methodologies / Weighting: 2.5%
Price / Weighting: 60%
Value excluding VAT: 500 000.00 GBP
Duration in months: 17
This contract is subject to renewal: Yes
Description of renewals:
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.
Variants will be accepted: No
Options: No
The procurement is related to a project and/or programme financed by European Union funds: No
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.
List and brief description of conditions:
SPD Selection Criteria, Part IV Section A: Suitability
4A.1 and 4A.1.1 Minimum level of standards required:
4A.1 - Bidders must be registered or enrolled in the relevant professional or trade register kept in its country of establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015). Bidders should confirm they are registered or enrolled on the relevant trade register and provide information relating to this, i.e. registration number, member number etc.
4A.1.1 - If the relevant documentation is available electronically please indicate.
Bidders that are unable to meet all of the minimum level(s) of standards required for questions 4A.1 and 4A.1.1 (Part IV, A Suitability of the SPD), will be assessed as a FAIL and will be excluded from the competition.
Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A.1 and 4A.1.1.
List and brief description of selection criteria:
SPD Selection Criteria, Part IV, Section B: Economic and Financial Standing, the following questions:
4B.4, 4B.4.1, 4B.5.1b, 4B.5.2, and 4B.5.3
Minimum level(s) of standards required:
4B.4- Candidates will be required to meet the undernoted Current Ratio minimum requirements.
Bidders will be required to state the value(s) for the following financial ratio(s):
Acid Test Ratio
The acceptable range for the Acid Test Ratio is:
Minimum value required: a value of greater than or equal to 1.00 in each of the last three financial years to 2 decimal places.
The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities, calculated to 2 decimal places.
4B.4.1 If the relevant documentation is available electronically, please indicate.
4B.5.1b - Bidders must confirm they already have or commit to obtain prior to the commencement of the Contract, the following levels of insurance cover:
1) Employer’s (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim.
http://www.hse.gov.uk/pubns/hse40.pdf
4B.5.2 - Bidders must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of
insurance cover:
1) Public Liability Insurance: 10,000,000 GBP each and every claim.
4B.5.3 If the relevant documentation is available electronically, please indicate.
Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e.,4B.4, 4B.5.1b and 4B.5.2.
Bidders that are unable to meet all of the minimum level(s) of standards required for questions 4B.4, 4B.5.1b and 4B.5.2 (Part IV Section B, Economic and Financial Standing of the SPD), will be assessed as a FAIL and will be excluded from the competition
List and brief description of selection criteria:
SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability:
4C.1.2 4C.6 and 4C.10.
Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3) in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4C.1.2, 4C.6 and 4C.10 are set out in full in the SPD(S) and SPD(S) Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.
SPD Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1 and 4D.2.2.
List and brief description of selection criteria:
Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1, and 4D.2.2 are set out in full in the SPD(S) and the SPD(S) Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.
Minimum level(s) of standards required:
4C.1.2 - please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice. 3 examples are required, at least one example should be from the last 3 years.
Question 4C.1.2 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. Each example provided should be in line with the value, scope, scale, and complexity of the Proposed Contract and should demonstrate that your role in the works was similar to that anticipated in the Proposed Contract. As a minimum, each example provided should detail the constraints, risks and challenges encountered and how these were managed and mitigated, including community engagement, project management, programme management, and KPI evaluations.
Bidders must achieve an overall combined minimum score requirement of 50 points.
4C.6 – Bidders will be required to confirm and provide proof that they and/or the service provider are members of the appropriate and relevant trade associations;
1.Legionella Control Association and Scottish and Northern Ireland Plumbing Employers Federation Or Water Safe Or Association of Plumbing and Heating Contractors.
Bidders may provide alternative accreditations to those listed above. Any alternative accreditation must be accompanied by documented evidence to demonstrate the alternative is equivalent to the accreditation noted above.
Bidders who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition.
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e. 4C.1.2, 4C.6 and 4C.10
4D.1 (Quality Management and Health and Safety Procedures)
Quality Management Procedures
The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or satisfy items a-g as detailed in 4D.1.1.
Health and Safety Procedures
The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (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 satisfy items a-l in 4D.1.1.
4D.1.2 - If the relevant documentation is available electronically, please indicate.
4D.2 - The Bidder must hold and provide a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or satisfy items a-g as listed in 4D.2.1.
4D.2.1- As per SPD(S)
4D.2.2- If the relevant documentation is available electronically, please indicate
Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.1, 4D.1.1, 4D.2 and 4D.2.1.
Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D.1, 4D.1.1, 4D.2 and 4D.2.1 will be assessed as a FAIL and will be excluded from the competition.
The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements
Open procedure
The procurement is covered by the Government Procurement Agreement: Yes
Date: 17/12/2021
Local time: 12:00
EN
Duration in months: 6 (from the date stated for receipt of tender)
Date: 17/12/2021
Local time: 12:00
This is a recurrent procurement: Yes
Estimated timing for further notices to be published:
2ND QUARTER 2024
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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-procurement/
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)
Scottish Courts
Edinburgh
UK
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.
17/11/2021
Receive Daily Tenders and Grants notifications
Subscribe nowFeatured tenders
Tender
28 Apr 2022
United Kingdom
NWL0111 Provision of Specialist Nursing Home Care in North West London
North West London Clinical Commissioning Group
Tender
05 May 2022
United Kingdom
Community Faith Engagements - BCC2021003T (QU573)
Birmingham City Council
Tender
05 May 2022
United Kingdom
NWL - Provision of 111 London Regional Call Handling and Clinical Advisors and CAS Clinical Assessment Service for all patients.
North West London Clinical Commissioning Group
Tender
19 Apr 2022
United Kingdom
NWL0108 Provision of Counselling Services - Improving Access to Psychological Therapies (IAPT) for adults in Hounslow in North West London
North West London Clinical Commissioning Group
Tender
19 Apr 2022
United Kingdom
NWL0107 Provision of Counselling Services - Improving Access to Psychological Therapies (IAPT) Employment Service for adults in Hounslow in North West London
North West London Clinical Commissioning Group
Agence Française de Développement (French Development Agency)
CZECH DEVELOPMENT AGENCY
THE SEVENTH FRAMEWORK PROGRAMME (EUROPEAN COMMISSION)
GLOBAL AFFAIRS CANADA
INTERNATIONAL RENEWABLE ENERGY AGENCY
NEW DEVELOPMENT BANK
NORDIC DEVELOPMENT FUND
OTHER
UNITED NATIONS ENTITY FOR GENDER EQUALITY AND THE EMPOWERMENT OF WOMEN
WORLD BANK
Enter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home pageEnter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home page