Section one: Contracting authority
one.1) Name and addresses
The University of East London
Docklands Campus
London
E162RD
Contact
Rod Walters
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
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