Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
London
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
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 in Various Corporate and Housing Properties
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.
As part of the Service 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 regular intervals.
b) Provide a breakdown service of Cold-Water Service Tanks, Blenders/Mixers, Stop Valves, Showers and maintain a system to ensure the work is carried out at regular intervals.
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 regular intervals.
d) Provide regular readings of water meters and maintain a system to ensure the work is carried out at regular intervals
e) Establish and maintain a system to ensure that all buildings have up to date accurate water risk assessments 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 of the regular servicing visits for all plants on each and every site as detailed in this Specification and listed under the SERVICING INSPECTION & TESTING headings and also executed In accordance with all relevant British Standards, Industry standards, Codes of Practice, Regulations and Statutory Requirements.
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 one (1) plus one (1) years subject to agreement and satisfactory performance.
two.1.5) Estimated total value
Value excluding VAT: £270,000
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
he 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.
As part of the Service 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 regular intervals.
b) Provide a breakdown service of Cold-Water Service Tanks, Blenders/Mixers, Stop Valves, Showers and maintain a system to ensure the work is carried out at regular intervals.
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 regular intervals.
d) Provide regular readings of water meters and maintain a system to ensure the work is carried out at regular intervals
e) Establish and maintain a system to ensure that all buildings have up to date accurate water risk assessments 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 of the regular servicing visits for all plants on each and every site as detailed in this Specification and listed under the SERVICING INSPECTION & TESTING headings and also executed In accordance with all relevant British Standards, Industry standards, Codes of Practice, Regulations and Statutory Requirements.
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 one (1) plus one (1) 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: £270,000
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 one (1) plus one (1) 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 one (1) plus one (1) 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
Originally published as:
Date
6 August 2021
Local time
1:00pm
Changed to:
Date
2 December 2021
Local time
1:00pm
See the change notice.
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
6 August 2021
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