Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
High Street
Uxbridge
UB8 1UW
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Water Quality Services Contract
two.1.2) Main CPV code
- 71630000 - Technical inspection and testing services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Hillingdon wishes to appoint an experienced service provider for the water quality servicing contract ensuring compliance with all relevant industry, manufacturers and safety standards. The contract is to include Hillingdon Council's housing stock and Corporate (non-housing) sites as indicated within the Pricing Schedule.
The proposed contract will be based upon the pricing schedule as shown in the tender pack and includes for the following.
1) Non-Housing Properties Full Service
2) Housing Properties Full Service.
3) Other Services rates completed in worksheet 3 within the Pricing Schedule to show the pricing of extra or additional works. The rates are for additional works only. There is no guarantee of any extra works being issued to the Contractor during this Contract, therefore any claim arising from additional works not being awarded shall not be considered. The term ‘all in’ includes all incidental costs (i.e. abortive calls travelling and exceptional condition costs) only recorded time on site will be accepted when calculating payments.
N/B The cost of servicing shall include for all sundries required to enable execution of the servicing and no claim for these items shall be accepted. (i.e. nuts, bolts, screws, raw plugs, all cleaning and de-scaling materials, distilled water, greases & fuses etc.)
The Contractor shall establish and maintain a system to ensure regular servicing as required by HSG274 Part 2 – The control of legionella bacteria in hot and cold-water systems and the actions outlined in Table 2.1 of the specification.
The Contractor shall:
a) Provide regular servicing of Cold-Water Service Tanks, Blenders/Mixers, Stop Valves, Showers and maintain a system to ensure the work is carried out at the specified intervals.
b) Provide a reactive breakdown service hot and cold-water systems
c) Provide monitoring of water quality in hot and cold-water systems as outlined in this Specification for all sites listed in the Pricing Schedule (and any sites subsequently added during the contract term) and maintain a system to ensure the work is carried out at the specified.
d) Establish and maintain a system to ensure that all buildings have an up-to-date water risk assessment and reviews in accordance with the requirements of the code of practice for the control of Legionella L8 and this Specification.
f) Detail in the Pricing Schedule the cost of each Water Risk Assessment, the Annual Monitoring Costs, and the costs of Microbiological Testing.
The cost of servicing shall include for all sundries required to enable execution of the servicing and no claim for these items shall be accepted. (dip- slides, all cleaning and de-scaling materials, distilled water, pH Test Strips etc.)
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,300,000
two.2) Description
two.2.2) Additional CPV code(s)
- 24962000 - Water-treatment chemicals
- 71321300 - Plumbing consultancy services
- 71600000 - Technical testing, analysis and consultancy services
- 71610000 - Composition and purity testing and analysis services
- 71620000 - Analysis services
- 71630000 - Technical inspection and testing services
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
Main site or place of performance
London Borough of Hillingdon
two.2.4) Description of the procurement
The London Borough of Hillingdon wishes to appoint an experienced service provider for the water quality servicing contract ensuring compliance with all relevant industry, manufacturers and safety standards. The contract is to include Hillingdon Council's housing stock and Corporate (non-housing) sites as indicated within the Pricing Schedule.
The proposed contract will be based upon the pricing schedule as shown in the tender pack and includes for the following.
1) Non-Housing Properties Full Service
2) Housing Properties Full Service.
3) Other Services rates completed in worksheet 3 within the Pricing Schedule to show the pricing of extra or additional works. The rates are for additional works only. There is no guarantee of any extra works being issued to the Contractor during this Contract, therefore any claim arising from additional works not being awarded shall not be considered. The term ‘all in’ includes all incidental costs (i.e. abortive calls travelling and exceptional condition costs) only recorded time on site will be accepted when calculating payments.
N/B The cost of servicing shall include for all sundries required to enable execution of the servicing and no claim for these items shall be accepted. (i.e. nuts, bolts, screws, raw plugs, all cleaning and de-scaling materials, distilled water, greases & fuses etc.)
The Contractor shall establish and maintain a system to ensure regular servicing as required by HSG274 Part 2 – The control of legionella bacteria in hot and cold-water systems and the actions outlined in Table 2.1 of the specification.
The Contractor shall:
a) Provide regular servicing of Cold-Water Service Tanks, Blenders/Mixers, Stop Valves, Showers and maintain a system to ensure the work is carried out at the specified intervals.
b) Provide a reactive breakdown service hot and cold-water systems
c) Provide monitoring of water quality in hot and cold-water systems as outlined in this Specification for all sites listed in the Pricing Schedule (and any sites subsequently added during the contract term) and maintain a system to ensure the work is carried out at the specified.
d) Establish and maintain a system to ensure that all buildings have an up-to-date water risk assessment and reviews in accordance with the requirements of the code of practice for the control of Legionella L8 and this Specification.
f) Detail in the Pricing Schedule the cost of each Water Risk Assessment, the Annual Monitoring Costs, and the costs of Microbiological Testing.
The cost of servicing shall include for all sundries required to enable execution of the servicing and no claim for these items shall be accepted. (dip- slides, all cleaning and de-scaling materials, distilled water, pH Test Strips etc.)
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
two.2.11) Information about options
Options: Yes
Description of options
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-012268
Section five. Award of contract
Title
Water Quality Services Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 December 2022
five.2.2) Information about tenders
Number of tenders received: 12
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Life Environmental Services Ltd
Unit 4 Ducketts Wharf, South Street
Bishops Stratford
CM23 3AR
Country
United Kingdom
NUTS code
- UKH23 - Hertfordshire
National registration number
03053057
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,300,000
Total value of the contract/lot: £1,300,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
London Borough of Hillingdon
Civic Centre,
Uxbridge
UB8 1UW
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
London Borough of Hillingdon
Civic Centre
Uxbridge
UB8 1UW
Country
United Kingdom