Construction Contract Leads
South East
Category Services
Type
No. of Lots 1
Status Active
Published 8th Nov 2023
Reference | ocds-h6vhtk-0416de |
Common Procurement Vocabulary | Analysis services |
Procurement Method | Restricted procedure |
Value | - |
South East
Category Services
Type
No. of Lots 1
Status Active
Published 8th Nov 2023
Reference | ocds-h6vhtk-0416de |
Common Procurement Vocabulary | Analysis services |
Procurement Method | Restricted procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Bracknell Forest Borough Council
Time Square, Market Street
Bracknell
RG12 1JD
Procurement.Team [at] Bracknell-Forest.gov.uk
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
http://www.bracknell-forest.gov.uk
Buyer's address
http://www.bracknell-forest.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=514a7871-c878-ee11-8125-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=514a7871-c878-ee11-8125-005056b64545
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Legionella Management Services
Reference number
DN697394
II.1.2) Main CPV code
- 71620000 - Analysis services
II.1.3) Type of contract
Services
II.1.4) Short description
1.2.1 A specialist contractor is required who can provide a direct work force at a reasonable cost and deliver a wide range of maintenance services and compliance inspections across a portfolio which includes Schools, Libraries, Leisure buildings, Youth & Community Centres, Children & Adult Services premises, Corporate Buildings, and buildings owned and managed by the council. There are 92 locations throughout Bracknell, with 192 buildings, each building requiring a component of or a full Provision of Legionella Management service.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
II.2.4) Description of the procurement
A specialist contractor is required who can provide a direct work force at a reasonable cost and deliver a wide range of maintenance services and compliance inspections across a portfolio which includes Schools, Libraries, Leisure buildings, Youth & Community Centres, Children & Adult Services premises, Corporate Buildings, and buildings owned and managed by the council. There are 92 locations throughout Bracknell, with 192 buildings, each building requiring a component of or a full Provision of Legionella Management service.
This is to ensure that we provide a safe building for the occupants, we have an excellent understanding of the condition of the equipment serviced and each of the following –
• A commitment to monitor KPIs to ensure statutory compliance through planned preventative maintenance (PPM) and reactive repairs to ensure our occupants are safe in our properties
• An understanding that each property is unique and have different requirements. This requires a degree of sensitivity from the contractor when working in our properties and the ability to consider the occupants needs, issues and requirements
• To ensure that all water systems within premises operated by the authority meet the requirements as detailed within the approved code of practice L8 ‘Legionnaires Disease, The control of Legionella bacteria in water systems’. Produced by the health and safety commission and any amendments to the ACOP produced during the period of this contract.
• Inspection, Servicing and Testing required:
• Hot Water System
• Cold Water System
• Legionella Sampling
• TVC Sampling
• TMV Servicing
• The Contractor shall be required to carry out the monitoring and inspection of the hot and cold-water services to all sites listed in the Property Schedule. The Contractor shall be required to carry out the annual, quarterly and monthly task as laid out within the Approved Code of Practice and Guidance L8 and HSG274 “Legionnaires Disease” Part 2: The control of legionella bacteria in hot and cold water systems and provide adequate training to the site staff to carry out the weekly tasks
The above areas listed in 1.2.2 are an indication of the services required but are not totally inclusive of all works that may be required.Individual order values will range from £1 up to £5,000 The appointed contractor will be required to provide a full Legionella service to all Bracknell Forest Council premises. All these premises are situated within the Borough of Bracknell Forest Council.
For clarity, and as set out in the Pricing Schedule, Item 12.1 of the JCT MTC 2016, the Schedule of Rates, will be the Council’s own Schedule of Rates. Item 12.4 of the JCT MTC 2016, the basis on which the Schedule of Rates is to be revised, will state as follows: prices will be fixed for the first three years of the contract, and then subject to CPI indexation applied on the third and fourth anniversaries, if the Council takes up the option to extend the Contract for a further one or two years as applicable The contract duration will be for a maximum of 5 years, covering an initial period of 3 years plus 2 optional extensions, each of 1 years or 1 optional extension of 2 years (i.e. 3 + 1 + 1 = 5) or (3 + 2 = 5). Extension choice is at the council’s discretion.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2024
End date
30 April 2029
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Top Scoring candidates from selection Questionnaire
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
Organisations must register their interest on the South East Business Portal site in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation who does not register their interest. Clarification questions can also be sent through this site via the messaging facility
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
With in Specification documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
With in Specification documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
8 December 2023
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 December 2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
VI.4) Procedures for review
VI.4.1) Review body
Bracknell Forest Borough Council
Bracknell
Country
United Kingdom