Section one: Contracting authority
one.1) Name and addresses
Walsall Council
Civic Centre, Darwall Street
Walsall
WS1 1TP
Contact
Stacie Williams
Country
United Kingdom
NUTS code
UKG38 - Walsall
Internet address(es)
Main address
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).