Shropshire Council: RMCB 045 - Remedial Works for Water Risk Assessments and Monthly Water Temperature Check Non-Conformances

  Shropshire Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: RMCB 045 - Remedial Works for Water Risk Assessments and Monthly Water Temperature Check Non-Conformances
Notice type: Contract Notice
Authority: Shropshire Council
Nature of contract: Works
Procedure: Open
Short Description: The delivery of the works undertaken by the Contractor under this Contract shall enable the Council to discharge their responsibility of undertaking remedial actions and required scheduled/servicing activities as recommended within the site water risk assessment and non-conformance issues from monthly temperature monitoring and inspections The Contract shall comprise of the remedial works required to repair, amend or replace the existing equipment, in line with the WRA recommendations and/or monthly temp check non-conformances.
Published: 16/11/2023 11:57
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Shrewsbury: Water-treatment work.
Section I: Contracting Authority
      I.1) Name and addresses
             Shropshire Council
             Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
             Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
             Contact: Procurement
             Main Address: www.shropshire.gov.uk
             NUTS Code: UKG22
      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: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Water-treatment-work./697659697Y
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Water-treatment-work./697659697Y 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: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Water-treatment-work./697659697Y
      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: RMCB 045 - Remedial Works for Water Risk Assessments and Monthly Water Temperature Check Non-Conformances       
      Reference Number: RMCB 045
      II.1.2) Main CPV Code:
      45232430 - Water-treatment work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: The delivery of the works undertaken by the Contractor under this Contract shall enable the Council to discharge their responsibility of undertaking remedial actions and required scheduled/servicing activities as recommended within the site water risk assessment and non-conformance issues from monthly temperature monitoring and inspections
The Contract shall comprise of the remedial works required to repair, amend or replace the existing equipment, in line with the WRA recommendations and/or monthly temp check non-conformances.       
      II.1.5) Estimated total value:
      Value excluding VAT: 617,500       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKG22 Shropshire CC
      
      II.2.4) Description of procurement: The delivery of the works undertaken by the Contractor under this Contract shall enable the Council to discharge their responsibility of undertaking remedial actions and required scheduled/servicing activities as recommended within the site water risk assessment and non-conformance issues from monthly temperature monitoring and inspections

The Contract shall comprise of the remedial works required to repair, amend or replace the existing equipment, in line with the WRA recommendations and/or monthly temp check non-conformances, subject to the prior approval of the Budget Holder and Council and shall be in accordance with clause 2.10.

All issued work is to be completed within 4 weeks of the issue date at each of the designated properties and shall not exceed this timescale without notification, of at least 1 week prior to the lapse of the 4 week period, provided to the contract administrator.

The contract is also to include the following scheduled/servicing elements, as set out in section 2.1 Scope of contract within Schedule 1 – Specification – Legionella Remedial Works:
•Expansion vessel maintenance
•Potable tank cleaning
•Calorifier blow downs
•Clean of Y type strainers

Fixed price tenders are being invited to the period 1st April 2024 – 31st March 2027. Thereafter, the contract may be extended for a further two years (up to 31st March 2029) subject to satisfactory performance during the initial contract term the agreement of the costs for the ensuing 24 months.

Prices submitted are for the period of 1st April 2024 – 31st March 2027 thereafter the contractor may submit a cost adjustment to the tendered figure for the potential 24 months extension up to 31st March 2029 that is in line with the Consumer Price Index for the previous calendar year period as defined on the ONS website under the “CPI All Item: percentage change of 12 months data series”, and which is subject to the approval by the Council. However, in any event, the Council reserves the right to negotiate with the Contractor any proposed increase in rate if in its opinion they are not justified.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 617,500       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2023 / End: 31/03/2029       
      This contract is subject to renewal: Yes       
      Description of renewals: 5 years
      
      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: Fixed price tenders are being invited to the period 1st April 2024 – 31st March 2027. Thereafter, the contract may be extended for a further two years (up to 31st March 2029) subject to satisfactory performance during the initial contract term the agreement of the costs for the ensuing 24 months.
The value stated is for the full five year duration.       


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:          
      See tender 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.2.2) Contract performance conditions       
      See tender 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: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 18/12/2023
            
      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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 18/12/2023
         Time: 12:00
         Place:
         Shrewsbury
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 5 years
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Water-treatment-work./697659697Y

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/697659697Y
   VI.4) Procedures for review
   VI.4.1) Review body:
             Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
   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:
          Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992
   VI.5) Date Of Dispatch Of This Notice: 16/11/2023

Annex A


View any Notice Addenda

View Award Notice

UK-Shrewsbury: Water-treatment work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
       Contact: Procurement
       Main Address: www.shropshire.gov.uk
       NUTS Code: UKG22

   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: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: RMCB 045 - Remedial Works for Water Risk Assessments and Monthly Water Temperature Check Non-Conformances            
      Reference number: RMCB 045

      II.1.2) Main CPV code:
         45232430 - Water-treatment work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: This is a contract award notice for the delivery of the works undertaken by the Contractor under this Contract shall enable the Council to discharge their responsibility of undertaking remedial actions and required scheduled/servicing activities as recommended within the site water risk assessment and non-conformance issues from monthly temperature monitoring and inspections The Contract shall comprise of the remedial works required to repair, amend or replace the existing equipment, in line with the WRA recommendations and/or monthly temp check non-conformances.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 617,500
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            50000000 - Repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKG22 - Shropshire CC
   
      Main site or place of performance:
      Shropshire CC
             

      II.2.4) Description of the procurement: This is a contract award notice for the delivery of the works undertaken by the Contractor under this Contract shall enable the Council to discharge their responsibility of undertaking remedial actions and required scheduled/servicing activities as recommended within the site water risk assessment and non-conformance issues from monthly temperature monitoring and inspections The Contract shall comprise of the remedial works required to repair, amend or replace the existing equipment, in line with the WRA recommendations and/or monthly temp check non-conformances, subject to the prior approval of the Budget Holder and Council and shall be in accordance with clause 2.10. All issued work is to be completed within 4 weeks of the issue date at each of the designated properties and shall not exceed this timescale without notification, of at least 1 week prior to the lapse of the 4 week period, provided to the contract administrator. The contract is also to include the following scheduled/servicing elements, as set out in section 2.1 Scope of contract within Schedule 1 – Specification – Legionella Remedial Works: •Expansion vessel maintenance •Potable tank cleaning •Calorifier blow downs •Clean of Y type strainers Fixed price tenders are being invited to the period 1st April 2024 – 31st March 2027. Thereafter, the contract may be extended for a further two years (up to 31st March 2029) subject to satisfactory performance during the initial contract term the agreement of the costs for the ensuing 24 months. Prices submitted are for the period of 1st April 2024 – 31st March 2027 thereafter the contractor may submit a cost adjustment to the tendered figure for the potential 24 months extension up to 31st March 2029 that is in line with the Consumer Price Index for the previous calendar year period as defined on the ONS website under the “CPI All Item: percentage change of 12 months data series”, and which is subject to the approval by the Council. However, in any event, the Council reserves the right to negotiate with the Contractor any proposed increase in rate if in its opinion they are not justified.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: Fixed price tenders are being invited to the period 1st April 2024 – 31st March 2027. Thereafter, the contract may be extended for a further two years (up to 31st March 2029) subject to satisfactory performance during the initial contract term the agreement of the costs for the ensuing 24 months. The value stated is for the full five year duration.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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: 2023/S 000-033914
      
   

   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: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/02/2024

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             HSL Compliance Limited, 02425951
             Alton House, Alton Business Park, Alton Road, Ross on Wye, HR9 5BP, United Kingdom
             NUTS Code: UKG22
            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: 617,500          
         Total value of the contract/lot: 617,500
         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 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=841098690

   VI.4) Procedures for review

      VI.4.1) Review body
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Tel. +44 1743252992, Email: procurement@shropshire.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Email: procurement@shropshire.gov.uk
          Internet address: www.shropshire.gov.uk

      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
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Tel. +44 1743252992

   VI.5) Date of dispatch of this notice: 20/02/2024