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 |
View Full Notice
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
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