Contract

Provision of Water Quality Services

  • The Police and Crime Commissioner for Hampshire and Isle of Wight

F03: Contract award notice

Notice identifier: 2024/S 000-022530

Procurement identifier (OCID): ocds-h6vhtk-03f5cb

Published 19 July 2024, 3:15pm



Section one: Contracting authority

one.1) Name and addresses

The Police and Crime Commissioner for Hampshire and Isle of Wight

The Long Barn, Dean Estate, Wickham Road

Fareham

PO17 5BN

Contact

Luisa Raucci

Email

luisa.raucci@hants.gov.uk

Telephone

+44 3707798727

Country

United Kingdom

Region code

UKJ35 - South Hampshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.hampshire-pcc.gov.uk/

Buyer's address

www.in-tendhost.co.uk/hampshire

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Water Quality Services

Reference number

OP22469

two.1.2) Main CPV code

  • 71700000 - Monitoring and control services

two.1.3) Type of contract

Services

two.1.4) Short description

The Police and Crime Commissioner for Hampshire and Isle of Wight (the OPCC) have awarded a contract for the provision of water quality services.

The OPCC have awarded to one contractor to undertake water sampling and water system risk assessments across their estate in Hampshire and the Isle of Wight. The arrangement will support the OPCC to manage their duties in relation to water hygiene under the Health and Safety at Work Act 1974.

The contract will commence on 1 April 2024 and will be for a period of 2 years, with the option to extend for an additional period of up to 2 years.

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: £218,252.80

two.2) Description

two.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
Main site or place of performance

The Services are required at OPCC sites in Hampshire and the Isle of Wight.

two.2.4) Description of the procurement

The OPCC Estate strategy is about ensuring the Constabulary have fit for purpose buildings that not only support operational delivery, but also enable smarter working. The upgraded buildings and newly constructed properties also ensure a better working environment for officers and indeed anyone who uses and works in them.

The purpose of this contract is to provide the OPCC with an arrangement which helps to fulfil their duties under Health and Safety at Work Act 1974, to manage the risks mainly associated with legionella but including other water hygiene issues across their estate.

The Services in scope of this contract are:

-Provision of biennial water system risk assessments and completion of water system risk assessment reports following each site visit; and

-Water sampling services for both legionella and microbiological quality on a 6-monhtly basis, with laboratory sample reports completed following each site visit.

-Both services are required to be undertaken at OPCC sites across Hampshire and the Isle of Wight, with sites listed at Appendix A of the tender documentation. There are currently 69 sites included in the programme.

two.2.5) Award criteria

Quality criterion - Name: Staffing Capacity and Capability / Weighting: 30

Quality criterion - Name: Business Continuity / Weighting: 25

Quality criterion - Name: Dispute Resolution / Weighting: 25

Quality criterion - Name: Health & Safety / Weighting: 20

Price - Weighting: Price per quality point used

two.2.11) Information about options

Options: Yes

Description of options

This contract will run for an initial period of 2 years until the 31 March 2026, with the option to extend for an additional period or periods of up to 2 years until the 31 March 2028.

The Commissioner anticipates that during the Agreement Period it may be necessary for it to remove sites listed in Appendix A to Schedule 1 (Specification) from the Services and/or add sites to Appendix A to Schedule 1 (Specification) to the Services. Any such removal or addition of sites shall be dealt with as a Change in accordance with clause 41 (Change) of the Terms and Conditions (Annex 3).


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-024585


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

28 February 2024

five.2.2) Information about tenders

Number of tenders received: 15

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

five.2.3) Name and address of the contractor

Rock Compliance Limited

Alcester

Country

United Kingdom

NUTS code
  • UKG13 - Warwickshire
Companies House

02902353

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: £220,000

Total value of the contract/lot: £218,252.80


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting such proceedings had arisen. The Court may extend the time-limit for starting proceedings where the Court considers that there is good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been concluded, the Court may set aside the decision to award the Contract or order the Contracting Authority to amend any document and may award damages. If the Contract has been concluded, the Court may only award damages, or where the award procedures have not been followed correctly, declare the Contract to be ineffective.