Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
07762614
Unit 3 Maisies Way
Alfreton
DE55 2DS
UK
Contact person: Jonathan
Telephone: +44 1246395610
E-mail: tenders@eem.org.uk
NUTS: UKF
Internet address(es)
Main address: https://eem.org.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Water Treatment Management Services (Domestic & Commercial) Framework
Reference number: EEM0007 (2024 - 2028)
II.1.2) Main CPV code
50510000
II.1.3) Type of contract
Services
II.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 over 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)
Efficiency East Midlands (EEM Ltd) carried out this tender exercise on behalf of our membership to establish a Water Treatment Management Services (Domestic & Commercial) Framework to replace our existing Framework which expired 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 11th March 2024 to 10th March 2028. 8 Contractors have been 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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Lowest offer:
145 000.00
GBP/ Highest offer:
378 000.00
GBP
II.2) Description
Lot No: Sublot 1 Midlands
II.2.1) Title
Water Treatment Services
II.2.2) Additional CPV code(s)
44611500
45232430
50510000
71321300
71700000
71800000
90711100
90921000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Water Treatment Services Framework Sub-Lot1 Midlands will provide EEM Members in the Midlands with a compliant route to procure Water Treatment Management Services to support their domestic and commercial properties and any other works associated with this framework.
Services covered by this framework cover but are not limited to the below:
• Water System Risk Assessment services (WRA) services
• 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
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Schedule of Rates
/ Weighting: 25
Cost criterion: Scenario Tab Pricing
/ Weighting: 7.5
Cost criterion: Call Out & Labour Rates
/ Weighting: 7.5
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: Sub-lot 2 National Coverage
II.2.1) Title
Water Treatment Management Services
II.2.2) Additional CPV code(s)
44611500
45232430
45332200
50510000
71321300
71700000
71800000
90711100
90921000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
Water Treatment Services Framework Sub-Lot2 National Coverage will provide EEM Members throughout England and Wales with a compliant route to procure Water Treatment Management Services to support their domestic and commercial properties and any other works associated with this framework.
Services covered by this framework cover but are not limited to the below:
• Water System Risk Assessment services (WRA) services
• 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
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Schedule of Rates / Weighting
/ Weighting: 25
Cost criterion: Scenario Pricing Tab
/ Weighting: 7.5
Cost criterion: Call Out and Labour Rates
/ Weighting: 7.5
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-031018
Section V: Award of contract
Lot No: Sublot 1 Midlands
Title: Water Treatment Services Framework
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/03/2024
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Second Element Limited
04578427
Market Rasen
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
H2O Nationwide Limited
3599380
Dartford, Kent
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
HSL Compliance Limited
02425951
Ross-on-Wye
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Churchill Contract Services Limited
03762020
Luton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Integrated Water Services Ltd
5283349
Walsall
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
HBE (Healthy Buildings Ltd)
NI036796
Newry
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Severn Trent Services Operations UK Limited
04052522
Coventry
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Rock Compliance Limited
02902353
Alcester
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
145 000.00
GBP
/ Highest offer:
378 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: Sub-lot 2 National Coverage
Title: Water Treatment Management Services Framework
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/03/2024
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
H2O Nationwide Limited
3599380
Kent
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
HSL Compliance Limited
02425951
Ross-on-Wye
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Churchill Contract Services Limited
03762020
Luton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Integrated Water Services Ltd
5283349
Walsall
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
HBE (Healthy Buildings Ltd)
NI036796
Newry
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Severn Trent Services Operations UK Limited
04052522
Coventry
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Rock Compliance Ltd
02902353
Alcester
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Urban Environments Limited
03612782
Sevenoaks
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 214 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 5 years beyond
expiry of the 4-year framework term. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. Where the contract notice states a maximum of suppliers to be appointed to the Framework, this means within each lot. (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this framework agreement as Authorised Users:
1) any Member of EEM which for the avoidance of doubt currently includes 3 partners consortia - Westworks(www.westworks.org.uk)
Advantage South West (www.advantagesouthwest.co.uk
and South East Consortium (www.southeastconsortium.org.uk)
A full list of current members is available www.eem.org.uk
2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents.
3)3) An EEM participant being an organisation which is neither a current or EEM member (as defined at 1 above) nor a future member of EEM (as defined at 2 above) based within England
and Wales which owns and/ or maintains/manages housing stock in one or more geographic area in which it operates and/or is an NHS Trust (which includes acute trusts, mental health trusts, care service trusts and ambulance trusts) or an organisation, police authority, fire authority, ambulance trust, university, higher/further education college, school or academy or other public sector organisation. Further details regarding the authorised users of this framework can be found within the
tender documents.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
Correspondence Team, Cabinet Office, Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
12/04/2024