Section one: Contracting authority
one.1) Name and addresses
The North Yorkshire Council
County Hall, Racecourse Lane,
Northallerton
DL7 8AD
Contact
Claire Bell
claire.bell4@northyorks.gov.uk
Telephone
+44 1609533450
Country
United Kingdom
Region code
UKE22 - North Yorkshire CC
National registration number
8867655
Internet address(es)
Main address
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104117
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Water Hygiene: Risk Assessment, Monitoring and Works
Reference number
76022
two.1.2) Main CPV code
- 90713100 - Consulting services for water-supply and waste-water other than for construction
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is to provide Testing and Inspection, Planned Preventative Maintenance (PPM) and Planned Repair Works to ensure that all water systems under this agreement meet health & safety requirements and are maintained and inspected appropriately. Work must be carried out in accordance with appropriate British Standards, Approved codes of Practice and Manufacturers specifications.
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: £21,000,000
two.2) Description
two.2.1) Title
Lot 1 - North
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
- 71631000 - Technical inspection services
- 71700000 - Monitoring and control services
- 90711100 - Risk or hazard assessment other than for construction
- 90921000 - Disinfecting and exterminating services
two.2.3) Place of performance
NUTS codes
- UKE22 - North Yorkshire CC
two.2.4) Description of the procurement
The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.
Lot 1 services are to be delivered in the North of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
two.2.5) Award criteria
Quality criterion - Name: Policy / Process / Standard Operating Procedures / Weighting: 2
Quality criterion - Name: Employee & Sub-Contractor Competency / Weighting: 4
Quality criterion - Name: Mobilisation Plan / Weighting: 3
Quality criterion - Name: First Time Fix / Weighting: 3
Quality criterion - Name: Auditing / Weighting: 2
Quality criterion - Name: Supply Chain Management / Weighting: 2
Quality criterion - Name: Helpdesk / Weighting: 4
Quality criterion - Name: Continuous Improvement / Weighting: 2
Quality criterion - Name: Contract Management Team / Weighting: 4
Quality criterion - Name: Geographical Structure / Weighting: 2
Quality criterion - Name: Organisation Chart / Weighting: 2
Price - Weighting: 70
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) Description
two.2.1) Title
Lot 2 - East
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
- 71631000 - Technical inspection services
- 71700000 - Monitoring and control services
- 90711100 - Risk or hazard assessment other than for construction
- 90921000 - Disinfecting and exterminating services
two.2.3) Place of performance
NUTS codes
- UKE22 - North Yorkshire CC
two.2.4) Description of the procurement
The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.
Lot 2 services are to be delivered in the East of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
two.2.5) Award criteria
Quality criterion - Name: Policy / Process / Standard Operating Procedures / Weighting: 2
Quality criterion - Name: Employee & Sub-Contractor Competency / Weighting: 4
Quality criterion - Name: Mobilisation Plan / Weighting: 3
Quality criterion - Name: First Time Fix / Weighting: 3
Quality criterion - Name: Auditing / Weighting: 2
Quality criterion - Name: Supply Chain Management / Weighting: 2
Quality criterion - Name: Helpdesk / Weighting: 4
Quality criterion - Name: Continuous Improvement / Weighting: 2
Quality criterion - Name: Contract Management Team / Weighting: 4
Quality criterion - Name: Geographical Structure / Weighting: 2
Quality criterion - Name: Organisation Chart / Weighting: 2
Price - Weighting: 70
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) Description
two.2.1) Title
Lot 3 - West
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
- 71631000 - Technical inspection services
- 71700000 - Monitoring and control services
- 90711100 - Risk or hazard assessment other than for construction
- 90921000 - Disinfecting and exterminating services
two.2.3) Place of performance
NUTS codes
- UKE22 - North Yorkshire CC
two.2.4) Description of the procurement
The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.
Lot 3 services are to be delivered in the West of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
two.2.5) Award criteria
Quality criterion - Name: Policy / Process / Standard Operating Procedures / Weighting: 2
Quality criterion - Name: Employee & Sub-Contractor Competency / Weighting: 4
Quality criterion - Name: Mobilisation Plan / Weighting: 3
Quality criterion - Name: First Time Fix / Weighting: 3
Quality criterion - Name: Auditing / Weighting: 2
Quality criterion - Name: Supply Chain Management / Weighting: 2
Quality criterion - Name: Helpdesk / Weighting: 4
Quality criterion - Name: Continuous Improvement / Weighting: 2
Quality criterion - Name: Contract Management Team / Weighting: 4
Quality criterion - Name: Geographical Structure / Weighting: 2
Quality criterion - Name: Organisation Chart / Weighting: 2
Price - Weighting: 70
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.1.8) 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 000-026679
Section five. Award of contract
Contract No
1
Title
Lot 1 - North
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 July 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
GLOBAL ENVIRONMENTAL EXCELLENCE LTD
The Old Rectory, 46 Leicester Road
Narborough
LE19 2DF
Country
United Kingdom
NUTS code
- UKF21 - Leicester
National registration number
07145362
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £7,000,000
Section five. Award of contract
Contract No
2
Title
Lot 2 - East
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 June 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Aquatrust Water & Ventilation Ltd
92 Whitcliffe Road
Cleckheaton
BD19 3DR
Country
United Kingdom
NUTS code
- UKE44 - Calderdale and Kirklees
National registration number
04695086
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £7,000,000
Section five. Award of contract
Contract No
3
Title
Lot 3 - West
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 June 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Aquatrust Water & Ventilation Ltd
92 Whitcliffe Road
Cleckheaton
BD19 3DR
Country
United Kingdom
NUTS code
- UKE44 - Calderdale and Kirklees
National registration number
04695086
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £7,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The Royal Courts of Justice
The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice