Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
UK
Person cyswllt: Procurement
Ffôn: +44 1743252992
E-bost: procurement@shropshire.gov.uk
NUTS: UKG22
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.shropshire.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
RMCB 046 – Provision of Water Risk Assessments and Monthly Water System Monitoring and Inspection
Cyfeirnod: RMCB 046
II.1.2) Prif god CPV
71600000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
This is a contract award notice for the provision of water risk assessments and monthly water system monitoring and inspection.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 1 450 000.00 GBP
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKG22
Prif safle neu fan cyflawni:
Shropshire CC
II.2.4) Disgrifiad o’r caffaeliad
This is a contract award notice for 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) Meini prawf dyfarnu
Maes prawf ansawdd: Quality
/ Pwysoliad: 60
Maen prawf cost: Price
/ Pwysoliad: 40
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The estimated value stated is for the full duration of the contract including any optional extensions.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2023/S 000-033680
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
01/02/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 9
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 9
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
GRAHAM Asset Management Ltd t/a GRAHAM
NI071100
5 Ballygowan Road
Hillsborough
BT26 6HX
UK
NUTS: UKG22
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 1 450 000.00 GBP
Cyfanswm gwerth y contract/lot: 1 450 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
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.
To view this notice, please click here:
<a href="https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=841111640" target="_blank">https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=841111640</a>
GO Reference: GO-2024220-PRO-25280255
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
UK
Ffôn: +44 1743252992
E-bost: procurement@shropshire.gov.uk
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
UK
E-bost: procurement@shropshire.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: www.shropshire.gov.uk
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
UK
Ffôn: +44 1743252992
VI.5) Dyddiad anfon yr hysbysiad hwn
20/02/2024