Contract

Water Quality Services Contract

  • London Borough of Hillingdon

F03: Contract award notice

Notice identifier: 2023/S 000-001690

Procurement identifier (OCID): ocds-h6vhtk-033689

Published 19 January 2023, 1:55pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hillingdon

High Street

Uxbridge

UB8 1UW

Email

mbreen@hillingdon.gov.uk

Country

United Kingdom

Region code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.hillingdon.gov.uk

Buyer's address

www.hillingdon.gov.uk

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