Section one: Contracting authority
one.1) Name and addresses
ESPO
Barnsdale Way, Grove Park, Enderby
Leicester
LE19 1ES
Contact
Place and Environment Procurement Team
Telephone
+44 1162944065
Country
United Kingdom
NUTS code
UKF21 - Leicester
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Local Authority Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
198_20 Water System Risk Assessment and Water Hygiene Monitoring
Reference number
198_20
two.1.2) Main CPV code
- 71700000 - Monitoring and control services
two.1.3) Type of contract
Services
two.1.4) Short description
ESPO is seeking to establish a multi supplier framework agreement for the provision of water system risk assessments and water hygiene monitoring services.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £16,000,000
two.2) Description
two.2.1) Title
Water System Risk Assessment
Lot No
1
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
- 71600000 - Technical testing, analysis and consultancy services
- 71610000 - Composition and purity testing and analysis services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 will cover the provision of water system risk assessments, more detail in regards to the service requirement is provided within the Invitation to Tender.
two.2.5) Award criteria
Quality criterion - Name: Non-price / Weighting: 50
Quality criterion - Name: Social value / Weighting: 10
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in section II.1.7 includes the option period.
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) Description
two.2.1) Title
Water Hygiene Monitoring Services
Lot No
2
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
- 71600000 - Technical testing, analysis and consultancy services
- 71610000 - Composition and purity testing and analysis services
- 71700000 - Monitoring and control services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 will cover the provision of water hygiene monitoring services, more detail in regards to the service requirement is provided within the Invitation to Tender.
two.2.5) Award criteria
Quality criterion - Name: Non-price / Weighting: 50
Quality criterion - Name: Social value / Weighting: 10
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in section II.1.7 includes the option period.
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) Description
two.2.1) Title
Water System Risk Assessment and Water Hygiene Monitoring Services
Lot No
3
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
- 71600000 - Technical testing, analysis and consultancy services
- 71610000 - Composition and purity testing and analysis services
- 71700000 - Monitoring and control services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 will cover the provision of water system risk assessment and water hygiene monitoring services as a combined service. More detail in regards to the service requirement is provided within the Invitation to Tender.
two.2.5) Award criteria
Quality criterion - Name: Non-price / Weighting: 50
Quality criterion - Name: Social value / Weighting: 10
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in section II.1.7 includes the option period.
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 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
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 200-486753
Section five. Award of contract
Lot No
1
Title
Water System Risk Assessment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 January 2021
five.2.2) Information about tenders
Number of tenders received: 33
Number of tenders received from SMEs: 26
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: 33
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Second Element Limited
1 Clare Cottage, Gallamore Lane,
Market Rasen
LN8 3HZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
ACP - Rock Compliance Ltd
43 Terrace Road,
Walton on Thames
KT12 2SP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Nant Ltd
Crescent House, Broad Street,
Bilston
WV14 0BZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
H2O Nationwide Ltd
Unit 1 Yardley Business Park, Luckyn Lane,
Basildon
SS14 3BZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Integrated Water Services Ltd
Green Lane,
Walsall,
WS2 7PD
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Aqua Allies Ltd
Unit 8, Manasty Road, Orton Southgate,
Peterborough
PE2 6UP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Healthy Buildings International Ltd
Parkside, Basingstoke Road,
Spencers Wood
RG7 1AE
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
H2O Hygiene Ltd
41 Landywood Lane, Cheslyn Hay,
Walsall,
WS6 7AJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Urban Environments Limited
Unit 16, St Julians,
Sevenoaks
TN15 0RX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Healthy Buildings (Ireland) Ltd t/a HBE
Craigmore House, 19 Millvale Road,
Newry,
BT35 7NH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Total Environmental Compliance Limited
1 Earlstrees Court, Earlstrees IndustriaEstate,
Corby,
NN17 4AX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Water Hygiene Centre Limited
The Maltings, Beanacre, Hook Norton,
Oxon,
OX15 5UA
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Mears Facilities Management (a trading division of Mears Limited)
1390 Montpellier Court, Gloucester Business Park, Brockworth,
Gloucester,
GL3 4AH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £5,000,000
Section five. Award of contract
Lot No
2
Title
Water Hygiene Monitoring Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 January 2021
five.2.2) Information about tenders
Number of tenders received: 33
Number of tenders received from SMEs: 26
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: 33
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Second Element Limited
1 Clare Cottage, Gallamore Lane,
Market Rasen,
LN8 3HZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
H2O Nationwide Ltd
Unit 1 Yardley Business Park, Luckyn Lane,
Basildon
SS14 3BZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Integrated Water Services Ltd
Green Lane,
Walsall,
WS2 7PD
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
ACP - Rock Compliance Ltd
43 Terrace Road,
Walton on Thames
KT12 2SP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Total Environmental Compliance Limited
1 Earlstrees Court, Earlstrees Industrial Estate,
Corby,
NN17 4AX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Nant Ltd
Crescent House, Broad Street,
Bilston
WV14 0BZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
H2O Hygiene Ltd
41 Landywood Lane, Cheslyn Hay,
Walsall,
WS6 7AJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Aqua Allies Ltd
Unit 8, Manasty Road, Orton Southgate,
Peterborough
PE2 6UP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Mears Facilities Management (a trading division of Mears Limited)
1390 Montpellier Court, Gloucester Business Park,
Brockworth,
GL3 4AH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Healthy Buildings (Ireland) Ltd t/a HBE
Craigmore House, 19 Millvale Road,
Newry,
BT35 7NH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £5,000,000
Section five. Award of contract
Lot No
3
Title
Water System Risk Assessment and Water Hygiene Monitoring Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 January 2021
five.2.2) Information about tenders
Number of tenders received: 33
Number of tenders received from SMEs: 26
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: 33
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Second Element Limited
1 Clare Cottage, Gallamore Lane,
Market Rasen,
LN8 3HZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
H2O Nationwide Ltd
Unit 1 Yardley Business Park, Luckyn Lane,
Basildon,
SS14 3BZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Integrated Water Services Ltd
Green Lane,
Walsall,
WS2 7PD
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
ACP - Rock Compliance Ltd
43 Terrace Road,
Walton on Thames
KT12 2SP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Nant Ltd
Nant Ltd a Crescent House, Broad Street,
Bilston
WV14 0BZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Total Environmental Compliance Limited
1 Earlstrees Court, Earlstrees Industrial Estate,
Corby
NN17 4AX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Aqua Allies Ltd
Unit 8, Manasty Road, Orton Southgate,
Peterborough
PE2 6UP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
H2O Hygiene Ltd
41 Landywood Lane, Cheslyn Hay,
Walsall,
WS6 7AJ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Norse Commercial Services Ltd
280 Fifers Lane,
Norwich
NR6 6EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Mears Facilities Management (a trading division of Mears Limited)
1390 Montpellier Court, Gloucester Business Park,
Brockworth
GL3 4AH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Healthy Buildings (Ireland) Ltd t/a HBE
Craigmore House, 19 Millvale Road,
Newry,
BT35 7NH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £6,000,000
Section six. Complementary information
six.3) Additional information
— ESPO has established a commercial trading company, ESPO Trading Ltd, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Ltd on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal
Any second framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Ltd may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.
— An eAuction process may be used to award subsequent call-off contracts following the reopening of competition among the parties to the framework agreement.
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom