º£½ÇÉçÇøapp

Construction Tenders

Mon September 16 2024

Related Information

Construction Contract Leads

South West

Category Services

Type

No. of Lots 1

Status Active

Published 4th Sep 2024

Tender Details
Referenceocds-h6vhtk-0497fe
Common Procurement VocabularyRisk or hazard assessment other than for construction
Procurement MethodOpen procedure
Value£150,000
« Previous Page

South West

Category Services

Type

No. of Lots 1

Status Active

Published 4th Sep 2024

Tender Details
Referenceocds-h6vhtk-0497fe
Common Procurement VocabularyRisk or hazard assessment other than for construction
Procurement MethodOpen procedure
Value£150,000

Section I: Contracting authority

I.1) Name and addresses

Dartmoor Multi Academy Trust

Wardhayes Simmons Way

Okehampton, Devon

EX20 1PY

Contact

Sharon Perkins

Email

sperkins [at] dmatschools.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DARTMOOR MULTI ACADEMY TRUST - PROVISION OF LEGIONELLA CONTROL & RISK MANAGEMENT SERVICES CONTRACT

II.1.2) Main CPV code

  • 90711100 - Risk or hazard assessment other than for construction

II.1.3) Type of contract

Services

II.1.4) Short description

This contract is for the management and provision of water hygiene services. The Contractor will be a member of the Legionella Control Association and responsible for delivering the following legionella and compliance services to the Trust:

a. Risk Assessments

b. Servicing

c. Remedial Works (included in contract but the Trust reserve the right to award such works to other Contractors and therefore these works are not guaranteed).

II.1.5) Estimated total value

Value excluding VAT: £150,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 24962000 - Water-treatment chemicals
  • 50324200 - Preventive maintenance services

II.2.3) Place of performance

NUTS codes
  • UKK4 - Devon
Main site or place of performance

Dartmoor Multi Academy Trust

Wardhayes,

Simmons Way,

Okehampton,

Devon,

EX20 1PY

II.2.4) Description of the procurement

This contract is for the management and provision of water hygiene services to 3 secondary schools, 14 primary schools, and an all-through school for the Trust. The Contractor is required to ensure the Trust’s legal duty to manage its water system from legionella and other waterborne pathogens.

The initial 3-year contract term will be from 1st February 2025 with the option to extend for 2 further 1-year extensions.

The Contractor will be a member of the Legionella Control Association and responsible for delivering the following legionella and compliance services to the Trust:

a. Risk Assessments

b. Servicing

c. Remedial Works (included in contract but the Trust reserve the right to award such works to other Contractors and therefore these works are not guaranteed).

With a view to achieving a smooth and effective service for pupils and staff, the Successful Contractor shall ensure that they:

a. Have the technical and relevant experience to deliver the Legionella Control and Risk Management Services provision to the Trust, whilst demonstrating value for money.

b. Appoint a competent person to take managerial control.

c. Maintain a safe and healthy environment on school premises concerning the control of legionella, including prevention of legionellosis

d. Develop a robust scheme for managing, controlling and/or preventing the risk, ensuring a risk assessment of all water systems is carried out for all sites by a competent person.

e. Implement a system of checks to ensure the effectiveness of the controls and other activities.

f. Ensure all water systems are maintained in accordance with current water hygiene guidelines and all maintenance and other such work be undertaken by suitably competent persons.

g. Demonstrate the ability to deliver the services required in a flexible manner, as to cause minimum disruption to pupils, staff and the day-to-day operations of the school.

h. Adhere to all legal and statutory regulations and guidance to ensure compliance and ensure the delivery of services is at the desired level to meet requirements.

i. Establish effective management and operational level communication systems at all levels regarding the service with the Trust.

j. Actively manage the resulting contract including contract review meetings, overall performance of the contract, and management of Key Performance Indicator (KPI) and Service Level Agreement (SLA).

k. Hold records of all relevant activity, retained for a minimum of 5 years.

l. Be responsible for all legal, and health and safety requirements in delivering the services.

Legionella Control and Risk Management Services are to be delivered at the following Trust schools:

Black Torrington Primary School

Boasley Cross Primary School

Bradford Primary School

Bridestowe Primary School

Bridgerule Primary School

Chagford Primary School

Exbourne Primary School

Highampton Primary School

Holsworthy Community College

Holsworthy College Business & Training Centre

Lydford Primary School

Milton Abbot Primary School

Northlew & Ashbury Primary School

North Tawton Primary School

Okehampton College

Okehampton College – Wardhayes Campus

Okehampton Primary

South Tawton Primary School

St James Primary

The Promise School

Tavistock College

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of 2 further 1 year extensions

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

A Virtual Q&A session will be held on Thursday 26th September 2024. Bidders that wish to participate are requested to book on the session via the tendering portal.

The following information is required for Bidders to secure their booking, no later than 25th September at (12 noon):

a. Attendee Name(s)

b. Attendee Job Role (s)

c. Attendee Email Address (s)


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

The Contractor will be a member of the Legionella Control Association

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

As per the tender documents and associated contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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

17 October 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

17 October 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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.

(MT Ref:232683)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

VI.4.2) Body responsible for mediation procedures

Dartmoor Multi Academy Trust

Wardhayes Simmons Way

Okehampton, Devon

EX20 1PY

Email

sperkins [at] dmatschools.org.uk

Country

United Kingdom

Internet address

VI.4.4) Service from which information about the review procedure may be obtained

Dartmoor Multi Academy Trust

Wardhayes Simmons Way

Okehampton, Devon

EX20 1PY

Email

sperkins [at] dmatschools.org.uk

Country

United Kingdom

Internet address