Tender

RMCB 046 – Provision of Water Risk Assessments and Monthly Water System Monitoring and Inspection

  • Shropshire Council

F02: Contract notice

Notice identifier: 2023/S 000-033680

Procurement identifier (OCID): ocds-h6vhtk-0419c7

Published 14 November 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Contact

Procurement

Email

procurement@shropshire.gov.uk

Telephone

+44 1743252992

Country

United Kingdom

Region code

UKG22 - Shropshire CC

Internet address(es)

Main address

www.shropshire.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing%2C-analysis-and-consultancy-services./PY5KY94VW2

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing-analysis-and-consultancy-services./PY5KY94VW2

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

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing-analysis-and-consultancy-services./PY5KY94VW2

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

Email

procurement@shropshire.gov.uk

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