Tender

Water Hygiene Services

  • Walsall Council

F02: Contract notice

Notice identifier: 2021/S 000-002303

Procurement identifier (OCID): ocds-h6vhtk-029066

Published 4 February 2021, 6:17pm



Section one: Contracting authority

one.1) Name and addresses

Walsall Council

Civic Centre, Darwall Street

Walsall

WS1 1TP

Contact

Stacie Williams

Email

procurement@walsall.gov.uk

Country

United Kingdom

NUTS code

UKG38 - Walsall

Internet address(es)

Main address

www.walsall.gov.uk

Buyer's address

https://in-tendhost.co.uk/walsallcouncil

one.3) Communication

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

https://in-tendhost.co.uk/walsallcouncil

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/walsallcouncil

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water Hygiene Services

Reference number

WP3678

two.1.2) Main CPV code

  • 71700000 - Monitoring and control services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract will provide the Council with a suitably qualified and skilled contractor with the expertise to deliver a comprehensive Water Management Service which will include; water testing, pre-planned servicing and maintenance, reactive response and minor works services. The services will be required to be delivered in all WMBC owned and managed buildings. The contractor shall be required to create a schedule for all pre-planned testing, servicing and maintenance work. A list of properties and assets is provided. WMBC reserve the right to add or remove properties and assets to this list as changes occur to the property and asset portfolio.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG38 - Walsall
Main site or place of performance

UK - Walsall

two.2.4) Description of the procurement

The Council requires a contractor to deliver Water Hygiene and Management services, including the following tasks:• Risk Assessment• Chemical water treatment services• Chemicals• Dosing & control systems• Cleaning & Disinfection• Plant & Equipment - Supply & Refurbishments• Installation• Cooling Equipment• Filters• Facilities Management

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £200,000

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

Start date

1 May 2021

End date

30 April 2024

This contract is subject to renewal

Yes

Description of renewals

Option to extend for two 12 month periods.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 March 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

8 March 2021

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Interest in this contract process should be expressed via the Council’s eTendering Portal: https://intendhost.co.uk/walsallcouncilThe Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only. The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SSQ or tender submissions. Under this procurement the provider is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

six.4) Procedures for review

six.4.1) Review body

Walsall Council

Walsall

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a standstill period at the point when information on the proposed award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.Aggrieved parties who have been harmed or are at risk of harm by any breach of the Council’s obligations may take action in the High Court (England, Wales and Northern Ireland).