Tender

IA2602 Framework Agreement for Undertaking and Production of Water Hygiene Risk Assessments & Audits

  • Staffordshire County Council
  • Cannock Chase District Council
  • South Staffordshire Council
  • Stafford Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-003919

Procurement identifier (OCID): ocds-h6vhtk-0315ea

Published 10 February 2022, 5:13pm



Section one: Contracting authority

one.1) Name and addresses

Staffordshire County Council

Staffordshire Place 1, Tipping Street,

Stafford

ST16 2DH

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.staffordshire.gov.uk/Homepage.aspx

Buyer's address

https://supplierlive.proactisp2p.com

one.1) Name and addresses

Cannock Chase District Council

28 Beecroft Road

Cannock

WS11 1BG

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.cannockchasedc.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com

one.1) Name and addresses

South Staffordshire Council

Wolverhampton Road, Codsall

South Staffordshire

WV8 1PX

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.sstaffs.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com

one.1) Name and addresses

Stafford Borough Council

Riverside, Civic Centre

Stafford

ST16 3AQ

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.staffordbc.gov.uk/

Buyer's address

https://supplierlive.proactisp2p.com

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://supplierlive.proactisp2p.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com

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

IA2602 Framework Agreement for Undertaking and Production of Water Hygiene Risk Assessments & Audits

Reference number

IA2602

two.1.2) Main CPV code

  • 71800000 - Consulting services for water-supply and waste consultancy

two.1.3) Type of contract

Services

two.1.4) Short description

This contract is for the purpose of undertaking and producing water hygiene risk assessments and to review them at suitable frequencies or when they no longer reflect the use of a property or the water systems within it.

The works covered by this contract are intended to:

• Comply with the requirement of the Approved Code of Practice L8 (the control of legionella bacteria in water systems) to maintain current legionella risk assessments

• Assess the risk of scalding

• Assess compliance with the water regulations.

This will be achieved by the successful contractor undertaking site based surveys and audits to produce water hygiene risk assessments that shall be issued to the Contract Administrator.

The systems to be covered by this Contract are both hot and cold domestic systems, together with any permanently connected equipment including rainwater harvesting systems but excluding air conditioning equipment, swimming pools and hydrotherapy pools.

Please note this is a Single Supplier Framework.

two.1.5) Estimated total value

Value excluding VAT: £340,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31161400 - Primary water systems
  • 44611500 - Water tanks
  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UKG2 - Shropshire and Staffordshire
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

Please note the above value includes the service element, any potential remedial works, costs of replacement parts not covered in the service cost and flexibility to add additional properties over the 4 years.

Please do not contact the Buyer direct.

Suppliers should set up a profile on Proactis by completing their company details first. Then registering their interest to this specific tender opportunity by searching under reference IA2602.

Any questions regarding this opportunity should go through the 'message function'.

Please note Stafford Borough Council, Cannock Chase District and South Staffordshire Council are not responsible for this procedure, they are a named organisation who may call off from the Framework.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £340,000

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

Start date

1 June 2022

End date

31 May 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend for a further 2 x 12 month to the 31st May 2025 and 31st May 2026.

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.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

3rd party accreditations which meet the following requirements during the term of the Framework:

1. To have a compliant Health & Safety accreditation performed by a Safety Schemes in Procurement (‘SSIP’). For more information refer to the link https://ssip.org.uk/members/#

2. Valid and compliant member of an independent pre-qualification accrediting body. For example, Constructionline (accredited to a minimum membership level of ‘SILVER’) or other equivalent bodies, offer such a service.

Note 1 - the accrediting bodies must allow for annual refreshes/vetting of the Supplier in the areas above

Note 2 - where brand names are mentioned, the Authority will consider equivalents

Note 3 - evidence of the above accreditations MUST be provided to the Authority by successful Supplier prior to Contract Award

3. All personnel must show appropriate qualifications in Risk assessment – externally accredited. E.g. RISK ASSESSMENT FOR LEGIONELLA CONTROL IN WATER SYSTEMS CITY & GUILDS ACCREDITED (WH004)

4. All personnel Staff must have a thorough knowledge of the implications and significance of the Water Regulations, ACoP L8, HSG274 and of all procedures necessary to identify inadequacies of operation, unsafe conditions and unauthorised alterations which constitute potential hazards.

5. All personnel must have undertaken asbestos awareness training within the past 12 months accredited by UKATA, IATP or equivalent

6. All personnel must evidence recent training for working at heights (within 5 years).

7. All personnel must evidence recent training for any specific working at heights equipment such as ladders, scaffold towers, MEWP’s or safe use of lanyard and harnesses as required by the site conditions and bespoke risk assessment (within 5 years).

8. All staff working on this contract must have an Enhanced DBS check

PLEASE REFER TO THE PROCUREMENT DOCUMENTATION FOR MORE DETAILS


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

14 March 2022

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

14 March 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Staffordshire County Council

Staffordshire Place 1, Tipping Street

Stafford

ST16 2DH

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Staffordshire County Council

Staffordshire Place 1, Tipping Street

Stafford

ST16 2DH

Country

United Kingdom