Award

Legionella Control & Associated Works

ROTHERHAM METROPOLITAN BOROUGH COUNCIL

This public procurement record has 3 releases in its history.

Award

28 Mar 2022 at 10:09

TenderUpdate

15 Dec 2021 at 14:21

Tender

09 Dec 2021 at 12:36

Summary of the contracting process

The procurement process titled "Legionella Control & Associated Works" has been initiated by Rotherham Metropolitan Borough Council, focusing on the repair and maintenance services related to water hygiene management and monitoring. The procurement method is an open procedure, and the tender has reached the award stage as of 28 March 2022. The total contract value is approximately £604,000, and the contract includes risk assessments, monitoring, remedial works, and training. Bids for the project closed earlier on 18 January 2022.

This contract presents significant opportunities for businesses specializing in hygiene monitoring, water treatment, and risk assessment services. Companies that have expertise in technical testing, analysis and consultancy within the environmental services sector would be particularly well-suited to compete for this tender. Additionally, businesses involved in providing compliance training and associated remedial works are encouraged to participate, as they can leverage their experience to meet the specifications outlined in the contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Legionella Control & Associated Works

Notice Description

Legionella control, water hygiene management and monitoring programme, which includes risk assessments, remedial works, and training.

Lot Information

Lot 1

Legionella control, water hygiene management and monitoring programme, which includes risk assessments, remedial works, and training.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ff40
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008250-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

38910000 - Hygiene monitoring and testing equipment

44161200 - Water mains

44212233 - Water towers

45232430 - Water-treatment work

50000000 - Repair and maintenance services

71600000 - Technical testing, analysis and consultancy services

Notice Value(s)

Tender Value
£550,000 £500K-£1M
Lots Value
£550,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£604,000 £500K-£1M

Notice Dates

Publication Date
28 Mar 20223 years ago
Submission Deadline
18 Jan 2022Expired
Future Notice Date
Not specified
Award Date
27 Mar 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
ROTHERHAM METROPOLITAN BOROUGH COUNCIL
Contact Name
Annette Norfolk
Contact Email
annette.norfolk@rotherham.gov.uk
Contact Phone
+44 1709255759

Buyer Location

Locality
ROTHERHAM
Postcode
S60 1AE
Post Town
Sheffield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE3 South Yorkshire
Small Region (ITL 3)
TLE34 Rotherham
Delivery Location
TLE31 Barnsley, Doncaster and Rotherham

Local Authority
Rotherham
Electoral Ward
Boston Castle
Westminster Constituency
Rotherham

Supplier Information

Number of Suppliers
1
Supplier Name

HSL COMPLIANCE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02ff40-2022-03-28T11:09:52+01:00",
    "date": "2022-03-28T11:09:52+01:00",
    "ocid": "ocds-h6vhtk-02ff40",
    "initiationType": "tender",
    "tender": {
        "id": "21-049",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Legionella Control & Associated Works",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50000000",
            "description": "Repair and maintenance services"
        },
        "mainProcurementCategory": "services",
        "description": "Legionella control, water hygiene management and monitoring programme, which includes risk assessments, remedial works, and training.",
        "value": {
            "amount": 550000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Legionella control, water hygiene management and monitoring programme, which includes risk assessments, remedial works, and training.",
                "value": {
                    "amount": 550000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Method Statements",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38910000",
                        "description": "Hygiene monitoring and testing equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44161200",
                        "description": "Water mains"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212233",
                        "description": "Water towers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232430",
                        "description": "Water-treatment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE31"
                    },
                    {
                        "region": "UKE31"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40935&B=UK",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-01-18T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2022-01-18T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-01-18T12:00:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2022-01-18T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-01-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV",
                            "label": "IV.2.2"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2022-01-18T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-01-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV",
                            "label": "IV.2.7"
                        }
                    }
                ],
                "description": "Please note these amendments relate to the closing date/time of the tender"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-37253",
            "name": "Rotherham Metropolitan Borough Council",
            "identifier": {
                "legalName": "Rotherham Metropolitan Borough Council",
                "id": "GB173552264"
            },
            "address": {
                "streetAddress": "Riverside House, Main Street",
                "locality": "Rotherham",
                "region": "UKE31",
                "postalCode": "S60 1AE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Annette Norfolk",
                "telephone": "+44 1709255759",
                "email": "annette.norfolk@rotherham.gov.uk",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40935&B=UK"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.rotherham.gov.uk/",
                "buyerProfile": "https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104118",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-37254",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "The Royal Courts of Justice, The Strand,",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-111",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-48070",
            "name": "hsl Compliance Ltd",
            "identifier": {
                "legalName": "hsl Compliance Ltd",
                "id": "02425951"
            },
            "address": {
                "streetAddress": "Alton House, Alton Business Park, Alton Road, Ross",
                "locality": "Herefordshire",
                "region": "UKE",
                "postalCode": "HR9 5BP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 08456046729",
                "email": "jemma@hsltd.com",
                "faxNumber": "+44 01989561189"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.hsltd.com",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-37253",
        "name": "Rotherham Metropolitan Borough Council"
    },
    "language": "en",
    "description": "The awarded value is based on current information relating to scheduled risk assessments, monitoring, sampling, and training requirements for RMBC staff. Prices have also been submitted in respect of identified elements of remedial works should any be required as a result of scheduled compliance checks. As a result of this, actual costs will therefore be dependent upon works undertaken over the contract term.",
    "awards": [
        {
            "id": "008250-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Legionella Control & Associated Works",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-48070",
                    "name": "hsl Compliance Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "008250-2022-1-1",
            "awardID": "008250-2022-1-1",
            "title": "Legionella Control & Associated Works",
            "status": "active",
            "value": {
                "amount": 604000,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-28T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}