Awarded contract

Water Treatment Management Services (Domestic & Commercial) Framework

  • EFFICIENCY EAST MIDLANDS LIMITED

F03: Contract award notice

Notice reference: 2024/S 000-011934

Published 12 April 2024, 11:14am



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

Unit 3 Maisies Way

Alfreton

DE55 2DS

Contact

Jonathan

Email

tenders@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

NUTS code

UKF - East Midlands (England)

Companies House

07762614

Internet address(es)

Main address

https://eem.org.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water Treatment Management Services (Domestic & Commercial) Framework

Reference number

EEM0007 (2024 - 2028)

two.1.2) Main CPV code

  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers

two.1.3) Type of contract

Services

two.1.4) Short description

Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of framework and DPS agreements. Our membership has now grown to over 320 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities. EEM have also established a formal collaboration with 3 like-minded procurement consortia-Westworks, South East Consortium and Advantage South West. The membership list for these three consortia may be obtained from the following website

addresses:(https://www.westworks.org.uk)

(https://www.southeastconsortium.org.uk)

(https://www.advantagesouthwest.co.uk)

Efficiency East Midlands (EEM Ltd) carried out this tender exercise on behalf of our membership to establish a Water Treatment Management Services (Domestic & Commercial) Framework to replace our existing Framework which expired in March 2024. The Framework will provide EEM Members with a provision for their Water Treatment Services covering both Domestic & Commercial but not limited to carrying out Water Risk Assessments, Water Monitoring and all types of Remedial works to help members deliver safe water supply. The Framework agreement will be for a period of 48 months, running from Monday 11th March 2024 to 10th March 2028. 8 Contractors have been appointed onto each of the geographical sublots, (Midlands & National) of the Framework, ensuring that all our member's requirements are covered taking into consideration the range of locations our members are located in.

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Lowest offer: £145,000 / Highest offer: £378,000 taken into consideration

two.2) Description

two.2.1) Title

Water Treatment Services

Lot No

Sublot 1 Midlands

two.2.2) Additional CPV code(s)

  • 44611500 - Water tanks
  • 45232430 - Water-treatment work
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 71321300 - Plumbing consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 90711100 - Risk or hazard assessment other than for construction
  • 90921000 - Disinfecting and exterminating services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Water Treatment Services Framework Sub-Lot1 Midlands will provide EEM Members in the Midlands with a compliant route to procure Water Treatment Management Services to support their domestic and commercial properties and any other works associated with this framework.

Services covered by this framework cover but are not limited to the below:

• Water System Risk Assessment services (WRA) services

• Legionella Risk Assessment, Written scheme of examination

• Reporting and Recommendations on results

Water hygiene monitoring and remedials services will include but not be limited to:

• Legionella Control - works associated with the water monitoring and maintenance programme for the prevention of legionella for domestic hot and cold-water services.

• Water System Monitoring - Recording of water temperatures, recording of the condition of cold-water storage tanks and hot water calorifiers.

• Legionella Sampling and Analysis - Provision of labour for drawing off and bottling sample.

• Cleaning and Disinfection of Water Storage Tanks, Upgrade Cold-water Storage Tank.

• Clean and Chemically Disinfect Hot Water Systems

• Replace Existing Cold-water Storage Tank and Chemically Disinfect the System

• Correct operation of thermostatic mixing valves together with corrective measure

• Removal of Dead Ends and Dead Legs on Hot and Cold-water Systems

• Removal of Generic Flexible Hoses on Hot and Cold-water System (excludes Flexes incorporated into tap design).

• Maintaining a water hygiene logbook specific to the site

• Thermostatic Mixing Valves Installation/Replacement

• Delivery to UKAS accredited laboratory

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Schedule of Rates / Weighting: 25

Cost criterion - Name: Scenario Tab Pricing / Weighting: 7.5

Cost criterion - Name: Call Out & Labour Rates / Weighting: 7.5

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Water Treatment Management Services

Lot No

Sub-lot 2 National Coverage

two.2.2) Additional CPV code(s)

  • 44611500 - Water tanks
  • 45232430 - Water-treatment work
  • 45332200 - Water plumbing work
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 71321300 - Plumbing consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 90711100 - Risk or hazard assessment other than for construction
  • 90921000 - Disinfecting and exterminating services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Water Treatment Services Framework Sub-Lot2 National Coverage will provide EEM Members throughout England and Wales with a compliant route to procure Water Treatment Management Services to support their domestic and commercial properties and any other works associated with this framework.

Services covered by this framework cover but are not limited to the below:

• Water System Risk Assessment services (WRA) services

• Legionella Risk Assessment, Written scheme of examination

• Reporting and Recommendations on results

Water hygiene monitoring and remedials services will include but not be limited to:

• Legionella Control - works associated with the water monitoring and maintenance programme for the prevention of legionella for domestic hot and cold-water services.

• Water System Monitoring - Recording of water temperatures, recording of the condition of cold-water storage tanks and hot water calorifiers.

• Legionella Sampling and Analysis - Provision of labour for drawing off and bottling sample.

• Cleaning and Disinfection of Water Storage Tanks, Upgrade Cold-water Storage Tank.

• Clean and Chemically Disinfect Hot Water Systems

• Replace Existing Cold-water Storage Tank and Chemically Disinfect the System

• Correct operation of thermostatic mixing valves together with corrective measure

• Removal of Dead Ends and Dead Legs on Hot and Cold-water Systems

• Removal of Generic Flexible Hoses on Hot and Cold-water System (excludes Flexes incorporated into tap design).

• Maintaining a water hygiene logbook specific to the site

• Thermostatic Mixing Valves Installation/Replacement

• Delivery to UKAS accredited laboratory

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Schedule of Rates / Weighting / Weighting: 25

Cost criterion - Name: Scenario Pricing Tab / Weighting: 7.5

Cost criterion - Name: Call Out and Labour Rates / Weighting: 7.5

two.2.11) Information about options

Options: 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: 2023/S 000-031018


Section five. Award of contract

Lot No

Sublot 1 Midlands

Title

Water Treatment Services Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 March 2024

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Second Element Limited

Market Rasen

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04578427

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

H2O Nationwide Limited

Dartford, Kent

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

3599380

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

HSL Compliance Limited

Ross-on-Wye

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02425951

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Churchill Contract Services Limited

Luton

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03762020

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Integrated Water Services Ltd

Walsall

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

5283349

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

HBE (Healthy Buildings Ltd)

Newry

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

NI036796

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Severn Trent Services Operations UK Limited

Coventry

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04052522

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Rock Compliance Limited

Alcester

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02902353

The contractor is an SME

Yes

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

Lowest offer: £145,000 / Highest offer: £378,000 taken into consideration


Section five. Award of contract

Lot No

Sub-lot 2 National Coverage

Title

Water Treatment Management Services Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 March 2024

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

H2O Nationwide Limited

Kent

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

3599380

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

HSL Compliance Limited

Ross-on-Wye

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02425951

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Churchill Contract Services Limited

Luton

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03762020

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Integrated Water Services Ltd

Walsall

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

5283349

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

HBE (Healthy Buildings Ltd)

Newry

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

NI036796

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Severn Trent Services Operations UK Limited

Coventry

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04052522

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Rock Compliance Ltd

Alcester

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

02902353

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Urban Environments Limited

Sevenoaks

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

03612782

The contractor is an SME

Yes

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

Total value of the contract/lot: £214,000


Section six. Complementary information

six.3) Additional information

The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 5 years beyond

expiry of the 4-year framework term. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. Where the contract notice states a maximum of suppliers to be appointed to the Framework, this means within each lot. (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this framework agreement as Authorised Users:

1) any Member of EEM which for the avoidance of doubt currently includes 3 partners consortia - Westworks(www.westworks.org.uk)

Advantage South West (www.advantagesouthwest.co.uk

and South East Consortium (www.southeastconsortium.org.uk)

A full list of current members is available www.eem.org.uk

2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents.

3)3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above) based within England

and Wales which owns and/ or maintains/manages housing stock in one or more geographic area in which it operates and/or is an NHS Trust (which includes acute trusts, mental health trusts, care service trusts and ambulance trusts) or an organisation, police authority, fire authority, ambulance trust, university, higher/further education college, school or academy or other public sector organisation. Further details regarding the authorised users of this framework can be found within the

tender documents.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

Country

United Kingdom