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
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.