Contract

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

  • Shropshire Council

F03: Contract award notice

Notice identifier: 2024/S 000-005505

Procurement identifier (OCID): ocds-h6vhtk-041a61

Published 20 February 2024, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Contact

Procurement

Email

procurement@shropshire.gov.uk

Telephone

+44 1743252992

Country

United Kingdom

Region code

UKG22 - Shropshire CC

Internet address(es)

Main address

www.shropshire.gov.uk

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

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

Reference number

RMCB 045

two.1.2) Main CPV code

  • 45232430 - Water-treatment work

two.1.3) Type of contract

Works

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £617,500

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKG22 - Shropshire CC
Main site or place of performance

Shropshire CC

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

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

two.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 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-033914


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 February 2024

five.2.2) Information about tenders

Number of tenders received: 3

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

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

HSL Compliance Limited

Alton House, Alton Business Park, Alton Road

Ross on Wye

HR9 5BP

Country

United Kingdom

NUTS code
  • UKG22 - Shropshire CC
National registration number

02425951

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £617,500

Total value of the contract/lot: £617,500


Section six. Complementary information

six.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" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=841098690

GO Reference: GO-2024220-PRO-25280231

six.4) Procedures for review

six.4.1) Review body

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Email

procurement@shropshire.gov.uk

Telephone

+44 1743252992

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Email

procurement@shropshire.gov.uk

Country

United Kingdom

Internet address

www.shropshire.gov.uk

six.4.4) Service from which information about the review procedure may be obtained

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Telephone

+44 1743252992

Country

United Kingdom