Contract award notice

Information

Published

External Reference: 2024-539807

FTS Reference: 2024-033086

Contract award notice

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1)

Name and addresses

The North Yorkshire Council
8867655
County Hall, Racecourse Lane,
Northallerton
DL7 8AD
UK
Contact person: Claire Bell
Telephone: +44 1609533450
NUTS code:  UKE22 -  North Yorkshire CC
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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

Water Hygiene: Risk Assessment, Monitoring and Works
Reference number:  76022
II.1.2)

Main CPV code

90713100  -  Consulting services for water-supply and waste-water other than for construction
II.1.3)

Type of contract

Services
II.1.4)

Short description

This contract is to provide Testing and Inspection, Planned Preventative Maintenance (PPM) and Planned Repair Works to ensure that all water systems under this agreement meet health & safety requirements and are maintained and inspected appropriately. Work must be carried out in accordance with appropriate British Standards, Approved codes of Practice and Manufacturers specifications.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  21000000.00  GBP
II.2)

Description

II.2.1)

Title

Lot 1 - North
Lot No:  1
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71600000  -  Technical testing, analysis and consultancy services
71610000  -  Composition and purity testing and analysis services
71631000  -  Technical inspection services
71700000  -  Monitoring and control services
90711100  -  Risk or hazard assessment other than for construction
90921000  -  Disinfecting and exterminating services
II.2.3)

Place of performance

NUTS code:  UKE22 -  North Yorkshire CC
II.2.4)

Description of the procurement

The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.
Lot 1 services are to be delivered in the North of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Policy / Process / Standard Operating Procedures  /  Weighting:  2
Quality criterion  -  Name:  Employee & Sub-Contractor Competency  /  Weighting:  4
Quality criterion  -  Name:  Mobilisation Plan  /  Weighting:  3
Quality criterion  -  Name:  First Time Fix  /  Weighting:  3
Quality criterion  -  Name:  Auditing  /  Weighting:  2
Quality criterion  -  Name:  Supply Chain Management  /  Weighting:  2
Quality criterion  -  Name:  Helpdesk  /  Weighting:  4
Quality criterion  -  Name:  Continuous Improvement  /  Weighting:  2
Quality criterion  -  Name:  Contract Management Team  /  Weighting:  4
Quality criterion  -  Name:  Geographical Structure  /  Weighting:  2
Quality criterion  -  Name:  Organisation Chart  /  Weighting:  2
Price  -  Weighting:  70
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)

Description

II.2.1)

Title

Lot 2 - East
Lot No:  2
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71600000  -  Technical testing, analysis and consultancy services
71610000  -  Composition and purity testing and analysis services
71631000  -  Technical inspection services
71700000  -  Monitoring and control services
90711100  -  Risk or hazard assessment other than for construction
90921000  -  Disinfecting and exterminating services
II.2.3)

Place of performance

NUTS code:  UKE22 -  North Yorkshire CC
II.2.4)

Description of the procurement

The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.
Lot 2 services are to be delivered in the East of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Policy / Process / Standard Operating Procedures  /  Weighting:  2
Quality criterion  -  Name:  Employee & Sub-Contractor Competency  /  Weighting:  4
Quality criterion  -  Name:  Mobilisation Plan  /  Weighting:  3
Quality criterion  -  Name:  First Time Fix  /  Weighting:  3
Quality criterion  -  Name:  Auditing  /  Weighting:  2
Quality criterion  -  Name:  Supply Chain Management  /  Weighting:  2
Quality criterion  -  Name:  Helpdesk  /  Weighting:  4
Quality criterion  -  Name:  Continuous Improvement  /  Weighting:  2
Quality criterion  -  Name:  Contract Management Team  /  Weighting:  4
Quality criterion  -  Name:  Geographical Structure  /  Weighting:  2
Quality criterion  -  Name:  Organisation Chart  /  Weighting:  2
Price  -  Weighting:  70
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)

Description

II.2.1)

Title

Lot 3 - West
Lot No:  3
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71600000  -  Technical testing, analysis and consultancy services
71610000  -  Composition and purity testing and analysis services
71631000  -  Technical inspection services
71700000  -  Monitoring and control services
90711100  -  Risk or hazard assessment other than for construction
90921000  -  Disinfecting and exterminating services
II.2.3)

Place of performance

NUTS code:  UKE22 -  North Yorkshire CC
II.2.4)

Description of the procurement

The overall objective of this Contract is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all water systems under this agreement meet health and safety requirements and are maintained appropriately.
Lot 3 services are to be delivered in the West of North Yorkshire. Please see appendix 1 for specific details of the geographical area and postcodes covered by each Lot.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Policy / Process / Standard Operating Procedures  /  Weighting:  2
Quality criterion  -  Name:  Employee & Sub-Contractor Competency  /  Weighting:  4
Quality criterion  -  Name:  Mobilisation Plan  /  Weighting:  3
Quality criterion  -  Name:  First Time Fix  /  Weighting:  3
Quality criterion  -  Name:  Auditing  /  Weighting:  2
Quality criterion  -  Name:  Supply Chain Management  /  Weighting:  2
Quality criterion  -  Name:  Helpdesk  /  Weighting:  4
Quality criterion  -  Name:  Continuous Improvement  /  Weighting:  2
Quality criterion  -  Name:  Contract Management Team  /  Weighting:  4
Quality criterion  -  Name:  Geographical Structure  /  Weighting:  2
Quality criterion  -  Name:  Organisation Chart  /  Weighting:  2
Price  -  Weighting:  70
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2023/S 000-026679

Section V: Award of contract

Contract No: 1

Title: Lot 1 - North

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

16/07/2024
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GLOBAL ENVIRONMENTAL EXCELLENCE LTD
07145362
The Old Rectory, 46 Leicester Road
Narborough
LE19 2DF
UK
NUTS code:  UKF21 -  Leicester

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  7000000.00  GBP

Section V: Award of contract

Contract No: 2

Title: Lot 2 - East

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

28/06/2024
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aquatrust Water & Ventilation Ltd
04695086
92 Whitcliffe Road
Cleckheaton
BD19 3DR
UK
NUTS code:  UKE44 -  Calderdale and Kirklees

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  7000000.00  GBP

Section V: Award of contract

Contract No: 3

Title: Lot 3 - West

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

28/06/2024
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aquatrust Water & Ventilation Ltd
04695086
92 Whitcliffe Road
Cleckheaton
BD19 3DR
UK
NUTS code:  UKE44 -  Calderdale and Kirklees

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  7000000.00  GBP

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
UK

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.4)

Service from which information about the review procedure may be obtained

The Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000