Section one: Contracting authority
one.1) Name and addresses
Rotherham Metropolitan Borough Council
Riverside House, Main Street
Rotherham
S60 1AE
Contact
Annette Norfolk
annette.norfolk@rotherham.gov.uk
Telephone
+44 1709255759
Country
United Kingdom
NUTS code
UKE31 - Barnsley, Doncaster and Rotherham
National registration number
GB173552264
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104118
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
Legionella Control & Associated Works
Reference number
21-049
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Legionella control, water hygiene management and monitoring programme, which includes risk assessments, remedial works, and training.
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: £550,000
two.2) Description
two.2.2) Additional CPV code(s)
- 38910000 - Hygiene monitoring and testing equipment
- 44161200 - Water mains
- 44212233 - Water towers
- 45232430 - Water-treatment work
- 71600000 - Technical testing, analysis and consultancy services
two.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
two.2.4) Description of the procurement
Legionella control, water hygiene management and monitoring programme, which includes risk assessments, remedial works, and training.
two.2.5) Award criteria
Quality criterion - Name: Method Statements / Weighting: 50
Quality criterion - Name: Social Value / Weighting: 20
Price - Weighting: 30
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 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: 2021/S 000-030665
Section five. Award of contract
Contract No
1
Title
Legionella Control & Associated Works
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 March 2022
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
hsl Compliance Ltd
Alton House, Alton Business Park, Alton Road, Ross
Herefordshire
HR9 5BP
Telephone
+44 08456046729
Fax
+44 01989561189
Country
United Kingdom
NUTS code
- UKE - Yorkshire and the Humber
National registration number
02425951
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £604,000
Section six. Complementary information
six.3) Additional information
The awarded value is based on current information relating to scheduled risk assessments, monitoring, sampling, and training requirements for RMBC staff. Prices have also been submitted in respect of identified elements of remedial works should any be required as a result of scheduled compliance checks. As a result of this, actual costs will therefore be dependent upon works undertaken over the contract term.
six.4) Procedures for review
six.4.1) Review body
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom