Contract

RMCB 046 – Provision of Water Risk Assessments and Monthly Water System Monitoring and Inspection

  • Shropshire Council

F03: Contract award notice

Notice identifier: 2024/S 000-005506

Procurement identifier (OCID): ocds-h6vhtk-0419c7

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 046 – Provision of Water Risk Assessments and Monthly Water System Monitoring and Inspection

Reference number

RMCB 046

two.1.2) Main CPV code

  • 71600000 - Technical testing, analysis and consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a contract award notice for the provision of water risk assessments and monthly water system monitoring and inspection.

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: £1,450,000

two.2) Description

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 Water Risk Assessments (WRA): The production of the new WRA shall be carried out according to the provisions of the ACOP L8, HSG274 and BS 8580-1:2019 and as stated in the Servicing Schedule (Appendix A). The Contractor shall use data gathered during site visits to identify, assess and report on the risks associated with the site water systems to enable the Client to discharge his duties under the ACOP L8, HSG274 and the Health and Safety at Work etc. Act 1974. Water Risk Assessments are to be produced as a new stand-alone document, without any reliance, beyond a document review, from the existing data already held from previous contracts – it is to a clear line in the sand starting from scratch to ensure erroneous and misleading data is not being copied and relied upon for the production of the Water Risk Assessments to be delivered in this contract. The Contractor is to be certain that the information they will be providing to the Council is correct and no assumptions are being made from historical data. Subsequent produced Water Risk Assessments (following the Contractors initial new WRA at a Property) shall take the form of a reinspection where the Contractor shall review the previously produced WRA and update accordingly to reflect any changes to the Property, its water system or risk. The Contractor shall reissue the documents following this. These visits shall be within the months shown in the Schedule of Properties – Schedule 2 and shall not lapse beyond the month assigned to. Monthly Water System Monitoring & Inspection: The details of the works required are detailed in Appendix A - Servicing Schedule. The visits shall be undertaken monthly in the properties detailed within Schedule of Properties – Schedule 2. It is to be expected that these visits will be 1 calendar month apart as far as is reasonably practicable – i.e. not visiting the same property a few days apart. Note, an extremely flexible workforce shall be required on this Contract with regard to hours of work, as a majority of schools and some Council buildings will require 05:30 or 06:00 am starts so the area will be cleared by the start of the working day. The Shirehall may require Saturday working. Please note there will be no additional costs applicable to the Council for outside of normal working hours working. 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

The estimated value stated is for the full duration of the contract including any optional extensions.


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 000-033680


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: 9

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: 9

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

five.2.3) Name and address of the contractor

GRAHAM Asset Management Ltd t/a GRAHAM

5 Ballygowan Road

Hillsborough

BT26 6HX

Country

United Kingdom

NUTS code
  • UKG22 - Shropshire CC
National registration number

NI071100

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £1,450,000

Total value of the contract/lot: £1,450,000


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=841111640" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=841111640

GO Reference: GO-2024220-PRO-25280255

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