Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 15 November 2023
  • Last modified: 15 November 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0419c7
Published by:
Shropshire Council
Authority ID:
AA20190
Publication date:
15 November 2023
Deadline date:
14 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

UK

Contact person: Procurement

Telephone: +44 1743252992

E-mail: procurement@shropshire.gov.uk

NUTS: UKG22

Internet address(es)

Main address: www.shropshire.gov.uk

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned 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


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

Reference number: RMCB 046

II.1.2) Main CPV code

71600000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 1 450 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKG22


Main site or place of performance:

Shropshire CC

II.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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 450 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2024

End: 31/03/2029

This contract is subject to renewal: Yes

Description of renewals:

5 years

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The estimated value stated is for the full duration of the contract including any optional extensions.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

See tender documentation.

III.2.2) Contract performance conditions

See tender documentation.

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/12/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 14/12/2023

Local time: 12:00

Place:

Shrewsbury

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

5 years

VI.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:

<a href="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</a>

To respond to this opportunity, please click here:

<a href="https://www.delta-esourcing.com/respond/PY5KY94VW2" target="_blank">https://www.delta-esourcing.com/respond/PY5KY94VW2</a>

GO Reference: GO-20231114-PRO-24404990

VI.4) Procedures for review

VI.4.1) Review body

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

UK

Telephone: +44 1743252992

E-mail: procurement@shropshire.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

UK

Telephone: +44 1743252992

VI.5) Date of dispatch of this notice

14/11/2023

Coding

Commodity categories

ID Title Parent category
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@shropshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.