Section one: Contracting authority
one.1) Name and addresses
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Contact
Procurement
Telephone
+44 1743252992
Country
United Kingdom
Region code
UKG22 - Shropshire CC
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
RMCB 046 – Provision of Water Risk Assessments and Monthly Water System Monitoring and Inspection
Reference number
RMCB 046
two.1.2) Main CPV code
- 71600000 - Technical testing, analysis and consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Fixed price tenders are being invited to the period 1st April 2024 – 31st March 2027 for the provision of water risk assessments and monthly water system monitoring and inspection.
Thereafter, the contract may be extended for a further two years (up to 31st March 2029) subject to satisfactory performance during the initial contract term the agreement of the costs for the ensuing 24 months.
two.1.5) Estimated total value
Value excluding VAT: £1,450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Shropshire CC
two.2.4) Description of the procurement
Water Risk Assessments (WRA):
The production of the new WRA shall be carried out according to the provisions of the ACOP L8, HSG274 and BS 8580-1:2019 and as stated in the Servicing Schedule (Appendix A). The Contractor shall use data gathered during site visits to identify, assess and report on the risks associated with the site water systems to enable the Client to discharge his duties under the ACOP L8, HSG274 and the Health and Safety at Work etc. Act 1974.
Water Risk Assessments are to be produced as a new stand-alone document, without any reliance, beyond a document review, from the existing data already held from previous contracts – it is to a clear line in the sand starting from scratch to ensure erroneous and misleading data is not being copied and relied upon for the production of the Water Risk Assessments to be delivered in this contract. The Contractor is to be certain that the information they will be providing to the Council is correct and no assumptions are being made from historical data.
Subsequent produced Water Risk Assessments (following the Contractors initial new WRA at a Property) shall take the form of a reinspection where the Contractor shall review the previously produced WRA and update accordingly to reflect any changes to the Property, its water system or risk. The Contractor shall reissue the documents following this.
These visits shall be within the months shown in the Schedule of Properties – Schedule 2 and shall not lapse beyond the month assigned to.
Monthly Water System Monitoring & Inspection:
The details of the works required are detailed in Appendix A - Servicing Schedule.
The visits shall be undertaken monthly in the properties detailed within Schedule of Properties – Schedule 2. It is to be expected that these visits will be 1 calendar month apart as far as is reasonably practicable – i.e. not visiting the same property a few days apart.
Note, an extremely flexible workforce shall be required on this Contract with regard to hours of work, as a majority of schools and some Council buildings will require 05:30 or 06:00 am starts so the area will be cleared by the start of the working day. The Shirehall may require Saturday working. Please note there will be no additional costs applicable to the Council for outside of normal working hours working.
Fixed price tenders are being invited to the period 1st April 2024 – 31st March 2027. Thereafter, the contract may be extended for a further two years (up to 31st March 2029) subject to satisfactory performance during the initial contract term the agreement of the costs for the ensuing 24 months.
Prices submitted are for the period of 1st April 2024 – 31st March 2027 thereafter the contractor may submit a cost adjustment to the tendered figure for the potential 24 months extension up to 31st March 2029 that is in line with the Consumer Price Index for the previous calendar year period as defined on the ONS website under the “CPI All Item: percentage change of 12 months data series”, and which is subject to the approval by the Council. However, in any event, the Council reserves the right to negotiate with the Contractor any proposed increase in rate if in its opinion they are not justified
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
5 years
two.2.10) Information about variants
Variants will be accepted: No
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.2.14) Additional information
The estimated value stated is for the full duration of the contract including any optional extensions.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See tender documentation.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
See tender documentation.
three.2.2) Contract performance conditions
See tender documentation.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 December 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 December 2023
Local time
12:00pm
Place
Shrewsbury
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing%2C-analysis-and-consultancy-services./PY5KY94VW2" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing%2C-analysis-and-consultancy-services./PY5KY94VW2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PY5KY94VW2" target="_blank">https://www.delta-esourcing.com/respond/PY5KY94VW2
GO Reference: GO-20231114-PRO-24404990
six.4) Procedures for review
six.4.1) Review body
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Telephone
+44 1743252992
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Telephone
+44 1743252992
Country
United Kingdom