Tender

Water Quality Services Contract

  • London Borough of Hillingdon

F02: Contract notice

Notice identifier: 2022/S 000-012268

Procurement identifier (OCID): ocds-h6vhtk-033689

Published 11 May 2022, 2:40pm



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

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.hillingdon.gov.uk

Buyer's address

www.hillingdon.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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

www.capitalesourcing.com

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