Construction Tenders

10 June 2025

Related Information

Construction Contract Leads

South East

Category Services

Type Contract

No. of Lots 1

Status Complete

Published 5th Nov 2024

Tender Details
Referenceocds-h6vhtk-04b40e
Common Procurement VocabularyConsulting services for water-supply and waste consultancy
Procurement MethodAward procedure without prior publication of a call for competition
Value-
More Tenders »

South East

Category Services

Type Contract

No. of Lots 1

Status Complete

Published 5th Nov 2024

Tender Details
Referenceocds-h6vhtk-04b40e
Common Procurement VocabularyConsulting services for water-supply and waste consultancy
Procurement MethodAward procedure without prior publication of a call for competition
Value-

Section I: Contracting authority/entity

I.1) Name and addresses

Southampton City Council

Southampton

Email

procurement [at] southampton.gov.uk

Country

United Kingdom

NUTS code

UKJ32 - Southampton

Internet address(es)

Main address

https://www.southampton.gov.uk/

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 Quality (Legionella) servicing and maintenance

Reference number

DN2691

II.1.2) Main CPV code

  • 71800000 - Consulting services for water-supply and waste consultancy

II.1.3) Type of contract

Services

II.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.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £233,134

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton

II.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.

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

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.

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

The procurement is covered by the Government Procurement Agreement: No


Section V. Award of contract/concession

A contract/lot is awarded: Yes

V.2) Award of contract/concession

V.2.1) Date of conclusion of the contract

5 November 2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.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

V.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £233,134


Section VI. Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom