Opportunity

Water Hygiene and Legionella Services

  • The University of East London

F02: Contract notice

Notice reference: 2021/S 000-028768

Published 18 November 2021, 9:11am



Section one: Contracting authority

one.1) Name and addresses

The University of East London

Docklands Campus

London

E162RD

Contact

Rod Walters

Email

r.walters@uel.ac.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.uel.ac.uk

one.3) Communication

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

https://Contractorlive.proactisp2p.com/Account/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://Contractorlive.proactisp2p.com/Account/Login

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water Hygiene and Legionella Services

Reference number

DN1289

two.1.2) Main CPV code

  • 90713100 - Consulting services for water-supply and waste-water other than for construction

two.1.3) Type of contract

Services

two.1.4) Short description

The University of East London (UEL), hereafter referred to as the Authority, wishes to secure the services of a specialist Contractor with the breadth of qualifications, skill and expertise needed to deliver a consistent, high quality water hygiene and legionella testing service across all its buildings and campuses in the following locations:

• Royal Albert Docks, Docklands Campus - University Way, London E16 2RD

• Stratford Campus – Water Lane, Stratford London, E15 4LZ

• University Square Stratford (USS) – 1 Salway Road, Stratford, London, E15 1NF

The current annual spend for this service, including planned inspections and services plus remedial works is £50,000 - £100,000. This is not a guarantee of the level of future spend for this Contract.

The Authority wishes to award a new Contract during February 2022 with a commencement date of the 1st April 2022.

The core, Planned Testing and Maintenance Contract price shall be fixed for the first 3 years. Further years will be set by negotiation and any increases must be agreed, in writing by the Authority at least 60 days prior to the start of any extension period. Sample testing and all necessary remedial works will be at a fixed labour rate or unit cost and will also be fixed for the initial 3-year term. Future pricing must be agreed, in writing, by the Authority at least 60 days prior to the start of any extension period.

The Service includes water hygiene monitoring of taps, TMVs, tanks, showers (considered highest risk area,) water lines, humidifiers, tank cleaning, shower head cleaning, water hygiene sampling/testing, risk assessment control/management, training and remedial works as required or requested.

The appointed Contractor must fully comply with the standards, methodology and scope set out within the:

• HSE Approved Code of Practice & Guidance Legionnaires Disease, the Control of Legionella bacteria in water systems L8 Fourth Edition 2013.

• HSG274 Parts 2 and 3

• BS7592:2008 – Sampling for Legionella in Water Systems – Approved Code of Practice

• BS EN 806 : 2010 Specifications for installations inside buildings conveying water for human consumption

• BS 8558 : 2015 Complementary guidance to BS EN 806

The successful Contractor will be responsible for carrying out and reporting on all aspects of Water Hygiene and Legionella monitoring and prevention as detailed in Contract Specification.

two.1.5) Estimated total value

Value excluding VAT: £490,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The Authority is seeking to appoint a single Contractor to provide Water Hygiene and Legionella Services across the entire estate. The Contract will be for an initial period of 3 years, extendable by a further 2 x 2-year periods, subject to acceptable performance and continued value for money being obtained. The decision to grant any extensions will be at the sole discretion of the Maintenance Operations Manager.

The core, Planned Testing and Maintenance Contract price shall be fixed for the first 2 years. Further years will be set by negotiation and any increases must be agreed, in writing by the Authority at least 60 days prior to the start of any extension period. Sample testing and all necessary remedial works will be at a fixed labour rate or unit cost and will also be fixed for an initial 2-year term. Future pricing must be agreed, in writing, by the Authority at least 60 days prior to the start of any extension period.

The Service includes water hygiene monitoring of taps, TMVs, tanks, showers, water lines, tank cleaning, shower head cleaning, water hygiene sampling/testing, risk assessment control/management and remedial works as required or requested.

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

36

This contract is subject to renewal

Yes

Description of renewals

Option for 2 x 2 year periods, subject to acceptable work standards and continued value for money

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 January 2022

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 January 2022

Local time

12:10pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3 - 7 years

six.4) Procedures for review

six.4.1) Review body

The University of East London

London

E162RD

Country

United Kingdom