Section one: Contracting authority/entity
one.1) Name and addresses
Southampton City Council
Southampton
procurement@southampton.gov.uk
Country
United Kingdom
Region code
UKJ32 - Southampton
Internet address(es)
Main address
https://www.southampton.gov.uk/
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 Quality (Legionella) servicing and maintenance
Reference number
DN2691
two.1.2) Main CPV code
- 71800000 - Consulting services for water-supply and waste consultancy
two.1.3) Type of contract
Services
two.1.4) Short description
This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months.
The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council’s building assets may increase.
The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council’s tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent’s existing recommendations where these have been set out in the incumbent’s water quality risk assessments.
Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council’s requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council’s building assets.
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: £233,134
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
two.2.4) Description of the procurement
This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months.
The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council’s building assets may increase.
The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council’s tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent’s existing recommendations where these have been set out in the incumbent’s water quality risk assessments.
Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council’s requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council’s building assets.
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
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months.
The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council’s building assets may increase.
The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council’s tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent’s existing recommendations where these have been set out in the incumbent’s water quality risk assessments.
Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council’s requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council’s building assets.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
5 November 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
FREESTON WATER TREATMENT LIMITED
Unit 1 Lulworth Business Centre, Nutwood Way Calmore Industrial Estate, Totton, Southampton, Hampshire, SO40 3WW
Southampton
Country
United Kingdom
NUTS code
- UKJ32 - Southampton
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £233,134
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom