Section one: Contracting authority
one.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
07762614
Alfreton
DE55 2DS
Contact
Jonathan
Telephone
+44 1246395610
Country
United Kingdom
Region code
UKF - East Midlands (England)
Companies House
07762614
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Water Treatment Management Services (Domestic & Commercial)
Reference number
EEM0007-2023
two.1.2) Main CPV code
- 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
two.1.3) Type of contract
Services
two.1.4) Short description
Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of framework and DPS agreements. Our membership has now grown to 320 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities. EEM have also established a formal collaboration with 3 like-minded procurement consortia-Westworks, South East Consortium and Advantage South West. The membership list for these three consortia may be obtained from the following website
addresses:(https://www.westworks.org.uk)
(https://www.southeastconsortium.org.uk)
(https://www.advantagesouthwest.co.uk)
EEM are conducting this tender exercise to procure a Water Treatment Management Services (Domestic & Commercial) Framework to replace our existing Framework which will expires in March 2024. The Framework will provide EEM Members with a provision for their Water Treatment Services covering both Domestic & Commercial but not limited to carrying out Water Risk Assessments, Water Monitoring and all types of Remedial works to help members deliver safe water supply. The Framework agreement will be for a period of 48 months, running from Monday 18th March 2024 to 17th March 2028. It is expected that a maximum of 8 Contractors may be appointed onto each of the geographical sublots, (Midlands & National) of the Framework, ensuring that all our member's requirements are covered taking into consideration the range of locations our members are located in. The Framework requires EEM to cover the UK under the following sub lots
Water Treatment Services
Sublot 1 Midlands
Sublot 2 National Coverage
Ensuring that all our member's requirements are covered taking into consideration the range of locations our members are located in. For further in further information please visit https://www.delta-esourcing.com/ and complete the standard questionnaire via access code N5866YR7NB and to view the tender documents via Tenderbox access code XW8P63ZN28, It is expected that a maximum of 8 Contractors may be appointed onto each of the geographical Sub-lots of the Framework. Contracting Authorities can use a Direct Selection or Mini Competition to appoint a Contractor and only the Contractor who sit on the relevant geographical sublots, the Contracting Authority is looking to use can participate in the selection process. further details and guidance on the lot Structure for this Framework can be located within Part A of the tender documentation.
two.1.5) Estimated total value
Value excluding VAT: £250,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Water Treatment Services Sublot Midlands
Lot No
1
two.2.2) Additional CPV code(s)
- 44611500 - Water tanks
- 45232430 - Water-treatment work
- 45332200 - Water plumbing work
- 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
- 71321300 - Plumbing consultancy services
- 71700000 - Monitoring and control services
- 71800000 - Consulting services for water-supply and waste consultancy
- 90711100 - Risk or hazard assessment other than for construction
- 90921000 - Disinfecting and exterminating services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
two.2.4) Description of the procurement
Framework Sub-Lot 1 Midlands is to provide our member with a Water system risk assessment services (WRA) the following services but not limited to:
• Legionella Risk Assessment, Written scheme of examination
• Reporting and Recommendations on results
Water hygiene monitoring and remedials services will include but not be limited to:
• Legionella Control - works associated with the water monitoring and maintenance programme for the prevention of legionella for domestic hot and cold-water services.
• Water System Monitoring - Recording of water temperatures, recording of the condition of cold-water storage tanks and hot water calorifiers.
• Legionella Sampling and Analysis - Provision of labour for drawing off and bottling sample.
• Cleaning and Disinfection of Water Storage Tanks, Upgrade Cold-water Storage Tank.
• Clean and Chemically Disinfect Hot Water Systems
• Replace Existing Cold-water Storage Tank and Chemically Disinfect the System
• Correct operation of thermostatic mixing valves together with corrective measure
• Removal of Dead Ends and Dead Legs on Hot and Cold-water Systems
• Removal of Generic Flexible Hoses on Hot and Cold-water System (excludes Flexes incorporated into tap design).
• Maintaining a water hygiene logbook specific to the site
• Thermostatic Mixing Valves Installation/Replacement
• Delivery to UKAS accredited laboratory
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Quality Competence Assessment / Weighting: Pass/Fail
Cost criterion - Name: Schedule of Rates / Weighting: 25
Cost criterion - Name: Scenario Tab Pricing / Weighting: 7.5
Cost criterion - Name: Call Out & Labour Rates / Weighting: 7.5
two.2.6) Estimated value
Value excluding VAT: £125,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Water Treatment Management Services Sub-lot 2 National Coverage
Lot No
2
two.2.2) Additional CPV code(s)
- 44611500 - Water tanks
- 45232430 - Water-treatment work
- 45332200 - Water plumbing work
- 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
- 71321300 - Plumbing consultancy services
- 71700000 - Monitoring and control services
- 71800000 - Consulting services for water-supply and waste consultancy
- 90711100 - Risk or hazard assessment other than for construction
- 90921000 - Disinfecting and exterminating services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
two.2.4) Description of the procurement
Framework Sub-Lot 2 Midlands is to provide our member with a Water system risk assessment services (WRA) the following services but not limited to:
• Legionella Risk Assessment, Written scheme of examination
• Reporting and Recommendations on results
Water hygiene monitoring and remedials services will include but not be limited to:
• Legionella Control - works associated with the water monitoring and maintenance programme for the prevention of legionella for domestic hot and cold-water services.
• Water System Monitoring - Recording of water temperatures, recording of the condition of cold-water storage tanks and hot water calorifiers.
• Legionella Sampling and Analysis - Provision of labour for drawing off and bottling sample.
• Cleaning and Disinfection of Water Storage Tanks, Upgrade Cold-water Storage Tank.
• Clean and Chemically Disinfect Hot Water Systems
• Replace Existing Cold-water Storage Tank and Chemically Disinfect the System
• Correct operation of thermostatic mixing valves together with corrective measure
• Removal of Dead Ends and Dead Legs on Hot and Cold-water Systems
• Removal of Generic Flexible Hoses on Hot and Cold-water System (excludes Flexes incorporated into tap design).
• Maintaining a water hygiene logbook specific to the site
• Thermostatic Mixing Valves Installation/Replacement
• Delivery to UKAS accredited laboratory
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Quality Competence Assessment / Weighting: Pass/Fail
Cost criterion - Name: Schedule of Rates / Weighting: 25
Cost criterion - Name: Scenario Pricing Tab / Weighting: 7.5
Cost criterion - Name: Call Out and Labour Rates / Weighting: 7.5
two.2.6) Estimated value
Value excluding VAT: £125,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
as described within the tender documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
as described within the tender 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
19 December 2023
Local time
2:00pm
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
19 December 2023
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
Correspondence Team, Cabinet Office, Whitehall
London
SW1A 2AS
Country
United Kingdom