Section one: Contracting authority
one.1) Name and addresses
Northampton General Hospital NHS Trust
Cliftonville
Northampton
NN1 5BD
Contact
Lynda Furness
Telephone
+44 1604634700
Country
United Kingdom
Region code
UKF24 - West Northamptonshire
Internet address(es)
Main address
https://www.northamptongeneral.nhs.uk/Home.aspx
Buyer's address
https://www.northamptongeneral.nhs.uk/Home.aspx
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Northampton:-Water-treatment-work./M9SE9Y4R36
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Water Hygiene Contract
two.1.2) Main CPV code
- 45232430 - Water-treatment work
two.1.3) Type of contract
Works
two.1.4) Short description
Lot 1 – TMV Full major service: The Trust requires the services of a competent contractor to undertake a full major service of all TMVs across the Trust. We have identified circa 1700 TMVs are currently in situ that require a full service. These should be undertaken in accordance with:
Lot 2 – Tank Clean & Chlorination: The Trust requires the services of a competent contractor to undertake cleaning of our potable and non-potable water tanks. These should be undertaken in accordance with:
Lot 3 – Legionella Risk Assessments: The Trust requires the services of a competent contractor to undertake a complete assessment of every block and create robust Legionella Risk Assessments including creation of site building logbooks. Each logbook should contain management structure and contact details, training and competency, plan of works and task templates, scope of work and responsibilities, copy of the LRA, incident plan, procedures.
two.1.5) Estimated total value
Value excluding VAT: £380,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot No
Lot 1 - TMV Full major service:
two.2.2) Additional CPV code(s)
- 09321000 - Hot water
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
Main site or place of performance
West Northamptonshire
two.2.4) Description of the procurement
Lot 1 – TMV Full major service: The Trust requires the services of a competent contractor to undertake a full major service of all TMVs across the Trust. We have identified circa 1700 TMVs are currently in situ that require a full service. These should be undertaken in accordance with:
•L8 – The Control of Legionella bacteria in water systems – Approved Code of Practice & Guidance 2013 4th Addition.
•HSG 274 Legionnaires Disease Technical Guidance 2016 Parts 1, 2, & 3
•Water systems Health Technical Memorandum 04-01: The control of Legionella, hygiene, “safe” hot water, cold water and drinking water Systems Parts A, B & C 2016
•Water Systems Health Technical Memorandum 04-01: Supplement, Performance Specification D 08: Thermostatic Mixing Valves (Healthcare) 2015 Edition.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Renewal after 24 months contract
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M9SE9Y4R36
two.2) Description
two.2.1) Title
Lot No
Lot 2 – Tank Clean & Chlorination:
two.2.2) Additional CPV code(s)
- 44611500 - Water tanks
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
Main site or place of performance
West Northamptonshire
two.2.4) Description of the procurement
Lot 2 – Tank Clean & Chlorination: The Trust requires the services of a competent contractor to undertake cleaning of our potable and non-potable water tanks. These should be undertaken in accordance with:
•HSG 274 Legionnaires Disease Technical Guidance, Parts 1, 2, & 3, 2016
•L8 – The Control of Legionella bacteria in water systems – Approved Code of Practice & Guidance, 4th Edition, 2013.
•Health Technical Memorandum 04-01: Safe water in healthcare premises, Parts A, B & C 2016
•BS EN 806-5:2012 Specifications for installations inside buildings conveying water for human consumption. Operation and maintenance
•WRAS – Water Regulations Advisory Scheme
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
yes after 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
Lot 3 – Legionella Risk Assessments:
two.2.2) Additional CPV code(s)
- 79212300 - Statutory audit services
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
Main site or place of performance
West Northamptonshire
two.2.4) Description of the procurement
Lot 3 – Legionella Risk Assessments: The Trust requires the services of a competent contractor to undertake a complete assessment of every block and create robust Legionella Risk Assessments including creation of site building logbooks. Each logbook should contain management structure and contact details, training and competency, plan of works and task templates, scope of work and responsibilities, copy of the LRA, incident plan, procedures. As part of this review, the Trust requires all water system assets to be tagged, with tags provided by the Trust, and a comprehensive asset register is created, including, but not limited to the following assets:
•Taps
•Sinks/HWBs
•Showers
•Baths
•Bib Taps
•TMVs
•Any other associated water system asset contained within the block/building
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
yes after 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 February 2023
Local time
3:00pm
Place
Northampton General Hospital
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 24 months
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Northampton:-Water-treatment-work./M9SE9Y4R36" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Northampton:-Water-treatment-work./M9SE9Y4R36
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M9SE9Y4R36" target="_blank">https://www.delta-esourcing.com/respond/M9SE9Y4R36
GO Reference: GO-2023120-PRO-21955959
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://theroyalcourtsofjustice.com/
six.4.2) Body responsible for mediation procedures
Northampton General Hospital NHS Trust
Cliftonville
Northampton
NN1 5BD
Telephone
+44 1604634700
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Northampton General Hospital NHS Trust
Cliftonville
Northampton
NN1 5BD
Telephone
+44 1604634700
Country
United Kingdom