Tender

Water Treatment Management Services (Domestic & Commercial)

  • EFFICIENCY EAST MIDLANDS LIMITED

F02: Contract notice

Notice identifier: 2023/S 000-031018

Procurement identifier (OCID): ocds-h6vhtk-040dad

Published 20 October 2023, 12:06pm



Section one: Contracting authority

one.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

07762614

Alfreton

DE55 2DS

Contact

Jonathan

Email

tenders@eem.org.uk

Telephone

+44 1246395610

Country

United Kingdom

Region code

UKF - East Midlands (England)

Companies House

07762614

Internet address(es)

Main address

https://eem.org.uk/

Buyer's address

https://eem.org.uk/

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