Procurement For All Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | WATER HYGIENE, LEGIONELLA AND ASSOCIATED SERVICES - PFAFW25 |
Notice type: | Contract Notice |
Authority: | Procurement For All Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Procurement For All are a Procurement Consortium providing EU compliant Frameworks and bespoke Procurement solutions for public sector organisations to draw down from. This Contract Notice is to inform potential interested service providers of our new framework titled WATER HYGIENE, LEGIONELLA AND ASSOCIATED SERVICES Framework available in England and Wales to a variety of public sector organisations (housing and non-housing). This Framework covers, but not limited to (please refer to tender documentation); Water Hygiene Risk Assessments Review of Risk Assessments Monthly Monitoring Quarterly review 6 Months Monitoring Annual Monitoring Temperature Checks, Inspections, Samples and Chlorination Monitoring for Legionella Cold Water Monitoring for Legionella Hot Water Clean and Chlorinated Shower Head Water Storage Tanks Refurbishments Note: Tenderers submitting a bid for Lot 2 may not be eligible for contract award for Lot 1 subject to a conflict of interest arising |
Published: | 19/08/2016 12:54 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Procurement For All Ltd
1st Floor, Metropolitan House, 20 Brindley Road, Manchester, M16 9HQ, United Kingdom
Tel. +44 3005550304, Email: zobair.mehmood@procurementforall.co.uk
Contact: Zobair Mehmood
Main Address: www.procurementforall.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Water-treatment-work./387R848946
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Procurement Consortium
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: WATER HYGIENE, LEGIONELLA AND ASSOCIATED SERVICES - PFAFW25
Reference Number: PFAFW25
II.1.2) Main CPV Code:
45232430 - Water-treatment work.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Procurement For All are a Procurement Consortium providing EU compliant Frameworks and bespoke Procurement solutions for public sector organisations to draw down from. This Contract Notice is to inform potential interested service providers of our new framework titled WATER HYGIENE, LEGIONELLA AND ASSOCIATED SERVICES Framework available in England and Wales to a variety of public sector organisations (housing and non-housing).
This Framework covers, but not limited to (please refer to tender documentation);
Water Hygiene
Risk Assessments
Review of Risk Assessments
Monthly Monitoring
Quarterly review
6 Months Monitoring
Annual Monitoring
Temperature Checks, Inspections, Samples and Chlorination
Monitoring for Legionella Cold Water
Monitoring for Legionella Hot Water
Clean and Chlorinated Shower Head
Water Storage Tanks
Refurbishments
Note: Tenderers submitting a bid for Lot 2 may not be eligible for contract award for Lot 1 subject to a conflict of interest arising
II.1.5) Estimated total value:
Value excluding VAT: 15,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Please refer to PQQ and ITT documentation
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - Water Hygiene, Legionella and Associated Services
Lot No: 1
II.2.2) Additional CPV codes:
09321000 - Hot water.
24962000 - Water-treatment chemicals.
31141000 - Water coolers.
31161400 - Primary water systems.
39137000 - Water softeners.
39370000 - Water installations.
38421100 - Water meters.
41110000 - Drinking water.
41120000 - Non-drinking water.
42122130 - Water pumps.
42122161 - Cooling-water pumps.
42161000 - Hot-water boilers.
44212233 - Water towers.
44611500 - Water tanks.
44613210 - Water chambers.
44613500 - Water containers.
44621210 - Water boilers.
45232430 - Water-treatment work.
45232431 - Wastewater pumping station.
45259100 - Wastewater-plant repair and maintenance work.
45332200 - Water plumbing work.
65121000 - Water demineralisation services.
65122000 - Water desalination services.
65123000 - Water softening services.
90733000 - Services related to water pollution.
90733100 - Surface water pollution monitoring or control services.
90733400 - Surface water treatment services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 1 – Water Hygiene, Legionella and Associated Services – This covers (but not limited to) the relevant servicing, maintenance and repairs for;
Water Hygiene
Risk Assessments
Review of Risk Assessments
Monthly Monitoring
Quarterly review
6 Months Monitoring
Annual Monitoring
Temperature Checks, Inspections, Samples and Chlorination
Monitoring for Legionella Cold Water
Monitoring for Legionella Hot Water
Clean and Chlorinated Shower Head
Water Storage Tanks
Refurbishments
Water Storage Tanks- Valves, Etc
Insulation-Tank
Chemical Disinfection
Thermal Disinfection
Water Storage tanks – GRP One Piece
Water Storage Tanks – GRP – Pre – Insulated One Piece
Water Storage Tanks – GRP – Pre – Insulated Sectional
Calorifiers
Weekly Flushing
Installation and Maintenance of Thermostatic mixing Valves
Chlorine Dioxide – system installation and maintenance
Water Treatment Services for closed systems including heating and chilled water systems
Installation of Pressure reducing valves (PRV’s)
More information on the specific requirements for members will be made available during the call of stage.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 15
Objective criteria for choosing the limited number of candidates: Criteria as set out in the PQQ
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Minimum criteria to be met by the bidder in each lot.
If a third party is to be used, the third party must meet the minimum criteria as stated in the PQQ.
Note: Tenderers submitting a bid for Lot 2 may not be eligible for contract award for Lot 1 subject to a conflict of interest arising.
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 – Water Auditing Services
Lot No: 2
II.2.2) Additional CPV codes:
31141000 - Water coolers.
JA18-2 - For auditing
31161400 - Primary water systems.
JA18-2 - For auditing
42122130 - Water pumps.
JA18-2 - For auditing
42122161 - Cooling-water pumps.
JA18-2 - For auditing
44212233 - Water towers.
JA18-2 - For auditing
44611500 - Water tanks.
JA18-2 - For auditing
44613500 - Water containers.
JA18-2 - For auditing
65130000 - Operation of water supplies.
JA18-2 - For auditing
71800000 - Consulting services for water-supply and waste consultancy.
90713100 - Consulting services for water-supply and wastewater other than for construction.
90733000 - Services related to water pollution.
90733100 - Surface water pollution monitoring or control services.
90733700 - Groundwater pollution monitoring or control services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 2 – Water Auditing Services– This covers all relevant elements of the full auditing and consultation for water auditing services such as (but not limited to);
Risk Assessments
Monthly Monitoring
6 Monthly Monitoring
Annual Monitoring
The purpose of this lot is to provide members of Procurement For All specialist's consultancy services to audit works carried out by 'other' contractors' and to potentially plan and implement mitigation. However more information on the specific requirements for members will be made available during the call of stage.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 15
Objective criteria for choosing the limited number of candidates: Criteria as stated in the PQQ.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Minimum criteria to be met by the bidder in each lot.
If a third party is to be used, the third party must meet the minimum criteria as stated in the PQQ.
Note: Tenderers submitting a bid for Lot 2 may not be eligible for contract award for Lot 1 subject to a conflict of interest arising.
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:
Please see PQQ and ITT documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Please see PQQ and ITT documentation.
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: No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2016/S 32 - 51753
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/11/2016 Time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 48
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Registered Providers who may become members of PFA may include any of those listed in the list of Registered
Providers at the time of Call Off from the framework: https://www.gov.uk/government/publications/currentregistered-
providers-of-social-housing
All other potential members who may Call Off from the framework, see link below:
UK Government: Departments, Agencies and Public Bodies: https://www.gov.uk/government/organisations
For the avoidance of doubt, all other organisations listed in Schedule 1 to the Public Contracts Regulations
2015 shall be entitled to access this Framework (England and Wales Only): http://www.legislation.gov.uk/
uksi/2015/102/schedule/1/made
Local Authorities England: http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1
Local Authorities Wales: http://gov.wales/topics/localgovernment/?skip=1&lang=en
Joint Authorities established under Part IV of the Local Government Act 1985; Body's corporate established
pursuant to an order under Section 67 of the Local Government Act 1985; NDPBs: https://www.gov.uk/
government/publications/non-departmental-public-bodies-2010-2011
Educational Establishments in England and Wales, maintained by the Department for Education, Universities
and Colleges but Not Independent Schools: https://www.gov.uk/government/organisations/department-foreducation
Police Forces in the United Kingdom: https://www.police.uk/forces/
Citizens Advice: http://www.citizensadvice.org.uk/index/aboutus/citizens_advice_offices.htm
Welsh Public Bodies National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities:
http://gov.wales/?skip=1&lang=en
NHS Wales: http://www.wales.nhs.uk/ourservices/directory
NHS Wales GP Practices: http://www.wales.nhs.uk/ourservices/directory
Note: Tenderers submitting a bid for Lot 2 may not be eligible for contract award for Lot 1 subject to a conflict of interest arising.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Water-treatment-work./387R848946
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/387R848946
VI.4) Procedures for review
VI.4.1) Review body:
Procurement For All Ltd
1st Floor, Metropolitan House, 20 Brindley Road, Manchester, M16 9HQ, United Kingdom
Tel. +44 3005550304
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 19/08/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Procurement For All Ltd
1st Floor, Metropolitan House, 20 Brindley Road, Manchester, M16 9HQ, United Kingdom
Tel. +44 3005550304, Email: zobair.mehmood@procurementforall.co.uk
Contact: Zobair Mehmood
Main Address: www.procurementforall.co.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Other type:: Procurement Consortium
I.5) Main activity:
Other activity: Procurement for Public Sector organisations in England and Wales
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: WATER HYGIENE, LEGIONELLA AND ASSOCIATED SERVICES - PFAFW25
Reference number: PFAFW25
II.1.2) Main CPV code:
45232430 - Water-treatment work.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Procurement For All are a Procurement Consortium providing EU compliant Frameworks and bespoke Procurement solutions for public sector organisations to draw down from. This Contract Notice is to inform potential interested service providers of our new framework titled WATER HYGIENE, LEGIONELLA AND ASSOCIATED SERVICES Framework available in England and Wales to a variety of public sector organisations (housing and non-housing).
This Framework covers, but not limited to (please refer to tender documentation);
Water Hygiene
Risk Assessments
Review of Risk Assessments
Monthly Monitoring
Quarterly review
6 Months Monitoring
Annual Monitoring
Temperature Checks, Inspections, Samples and Chlorination
Monitoring for Legionella Cold Water
Monitoring for Legionella Hot Water
Clean and Chlorinated Shower Head
Water Storage Tanks
Refurbishments
Note: Tenderers submitting a bid for Lot 2 may not be eligible for contract award for Lot 1 subject to a conflict of interest arising
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Lowest offer: 100,000 / Highest offer:15,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 - Water Hygiene, Legionella and Associated Services
Lot No:1
II.2.2) Additional CPV code(s):
09321000 - Hot water.
24962000 - Water-treatment chemicals.
31141000 - Water coolers.
31161400 - Primary water systems.
39137000 - Water softeners.
39370000 - Water installations.
41110000 - Drinking water.
41120000 - Non-drinking water.
42122130 - Water pumps.
42122161 - Cooling-water pumps.
42161000 - Hot-water boilers.
44212233 - Water towers.
44611500 - Water tanks.
44613210 - Water chambers.
44613500 - Water containers.
44621210 - Water boilers.
45232430 - Water-treatment work.
45232431 - Wastewater pumping station.
45259100 - Wastewater-plant repair and maintenance work.
45332200 - Water plumbing work.
65121000 - Water demineralisation services.
65122000 - Water desalination services.
65123000 - Water softening services.
90733000 - Services related to water pollution.
90733100 - Surface water pollution monitoring or control services.
90733400 - Surface water treatment services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Lot 1 – Water Hygiene, Legionella and Associated Services. This covers (but not limited to) the relevant servicing, maintenance and repairs for;
Water Hygiene
Risk Assessments
Review of Risk Assessments
Monthly Monitoring
Quarterly review
6 Months Monitoring
Annual Monitoring
Temperature Checks, Inspections, Samples and Chlorination
Monitoring for Legionella Cold Water
Monitoring for Legionella Hot Water
Clean and Chlorinated Shower Head
Water Storage Tanks (inc. Valves etc.)
Refurbishments
Insulation-Tank
Chemical Disinfection
Thermal Disinfection
Water Storage tanks GRP One Piece
Water Storage Tanks GRP Pre – Insulated One Piece
Water Storage Tanks GRP Pre – Insulated Sectional
Calorifiers
Weekly Flushing
Installation and Maintenance of Thermostatic mixing Valves
Chlorine Dioxide – system installation and maintenance
Water Treatment Services for closed systems including heating and chilled water systems
Installation of Pressure reducing valves (PRV’s)
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
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: Minimum criteria to be met by the bidder in each lot.
If a third party is to be used, the third party must meet the minimum criteria as stated in the PQQ.
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 – Water Auditing Services
Lot No:2
II.2.2) Additional CPV code(s):
31141000 - Water coolers.
JA18-2 - For auditing
31161400 - Primary water systems.
JA18-2 - For auditing
42122130 - Water pumps.
JA18-2 - For auditing
42122161 - Cooling-water pumps.
JA18-2 - For auditing
44212233 - Water towers.
JA18-2 - For auditing
44611500 - Water tanks.
JA18-2 - For auditing
44613500 - Water containers.
JA18-2 - For auditing
65130000 - Operation of water supplies.
JA18-2 - For auditing
71800000 - Consulting services for water-supply and waste consultancy.
90713100 - Consulting services for water-supply and wastewater other than for construction.
90733000 - Services related to water pollution.
90733100 - Surface water pollution monitoring or control services.
90733700 - Groundwater pollution monitoring or control services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Lot 2 – Water Auditing Services– This covers all relevant elements of the full auditing and consultation for water auditing services such as (but not limited to);
Risk Assessments
Monthly Monitoring
6 Monthly Monitoring
Annual Monitoring
The purpose of this lot is to provide members of Procurement For All specialist's consultancy services to audit works carried out by 'other' contractors' and to potentially plan and implement mitigation. However more information on the specific requirements for members will be made available during the call of stage.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
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: Minimum criteria to be met by the bidder in each lot.
If a third party is to be used, the third party must meet the minimum criteria as stated in the PQQ.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2016/S 162-292380
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Lot 1 Water Hygiene, Legionella and Associated Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/12/2016
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 14
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Aqua Protec Air Techno
11 Stockwood Business Park, Stockwood, Redditch, Worcestershire, B96 6SX, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Aquatech Environmental Services Ltd
7-24 Ashland Street, Wolverhampton, WV3 0BN, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Clearwater Technology Ltd
Ground Floor, 1 Archipelago, Lyon way, Frimley, Surrey, GU16 7ER, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
H2O Nationwide Limited
1 King George Close, Romord, Essex, RM7 7LS, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
HSL Compliance Ltd
Alton House, Alton Business Park, Alton Road, Ross-on-Wye, Herefordshire, HR9 5BP, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Integrated Water Services
Green Lane, Walsall, West Midlands, WS2 7PD, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.7)
Second Element Ltd
Sherwood House, 7 Gregory Boulevard, Nottingham, Nottinghamshire, NG7 6LB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
SUEZ Advanced Solutions UK Ltd
290 Aztec West, Bristol, BS32 4SY, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.9)
Total Environmental Compliance Ltd
39-41 Victoria Road, Widnes, Cheshire, WA8 7RP, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.10)
TSS Facilities Ltd
60 Lansdowne Place, Hove, East Sussex, BN3 1FG, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 100,000 / Highest offer: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 1
Title: Lot 1 Water Hygiene, Legionella and Associated Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/12/2016
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 14
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Urban Environments Limited
Unit 16, St Julians, Sevenoaks, Kent, TN15 0RX, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 100,000 / Highest offer: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 2
Title: Lot 2 Water Auditing Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/12/2016
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 16
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Aqua Protec Air Techno
11 Stockwood Business Park, Stockwood, Redditch, Worcestershire, B96 6SX, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
Aquatech Environmental Services Ltd
7-24 Ashland Street, Wolverhampton, WV3 0BN, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Clearwater Technology Ltd
Ground Floor, 1 Archipelago, Lyon way, Frimley, Surrey, GU16 7ER, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
Environmental Scientifics Group Limited
ESG House, Bretby Business Park, Ashby Road, Burton on Trent, Staffordshire, DE15 0YZ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Healthy Buildings International
Parkside, Basingstoke Road, Spencers Wood, Berkshire, RG7 1AE, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Integrated Water Services
Green Lane, Walsall, West Midlands, WS2 7PD, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.7)
NDC 2000 Ltd (trading as: National Design Consultancy)
3C Mitre Court, 38 Lichfield Road, Sutton Coldfield, West Midlands, B74 2LZ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
OHS Limited
Kidd House, Whitehall Road, Leeds, West Yorkshire, LS12 1AP, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.9)
Phoenix Compliancy Management
4 Waterside Court, Galleon Boulevard, Crossways Business Park, Dartford, Kent, DA2 6NX, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.10)
Second Element Ltd
Sherwood House, 7 Gregory Boulevard, Nottingham, Nottinghamshire, NG7 6LB, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 100,000 / Highest offer: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 2
Title: ot 2 Water Auditing Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/12/2016
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 16
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Total Environmental Compliance Ltd
39-41 Victoria Road, Widnes, Cheshire, WA8 7RP, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
TSS Facilities Ltd
60 Lansdowne Place, Hove, East Sussex, BN3 1FG, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
Urban Environments Limited
Unit 16, St Julians, Sevenoaks, Kent, TN15 0RX, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 100,000 / Highest offer: 12,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that the Framework is suitable for SME’s (selection was, however, by the methods outlined in the tender process).
Lot 1 – 11 awarded
Lot 2 – 13 awarded
The 50% Price/50% Quality split can be modified by 5%, e.g. 52.5%/47.5%
Registered Providers who may become members of PFA include any of those listed in the list of Registered Providers at the time of Call Off from the framework and include any public sector organisation whose main activity includes the following; General public services, defence, public order and safety, environment, health, housing and community amenities, social protection, recreation, culture and religion and education as identified in the contract notice.
NB the Lots are awarded to multiple bidders.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=246450650
VI.4) Procedures for review
VI.4.1) Review body
Procurement For All Ltd
1st Floor, Metropolitan House, 20 Brindley Road, Manchester, M16 9HQ, United Kingdom
Tel. +44 3005550304
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 23/03/2017