Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
High Street
Uxbridge
UB8 1UW
Country
United Kingdom
NUTS code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: No
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
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.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
13 June 2022
Local time
1:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 June 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3-5 Years
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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