Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Water Treatment Management Services (Domestic & Commercial) Framework

  • First published: 13 April 2024
  • Last modified: 13 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-040dad
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
13 April 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
90921000 Disinfecting and exterminating services Facility related sanitation services
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
71321300 Plumbing consultancy services Engineering design services for mechanical and electrical installations for buildings
50510000 Repair and maintenance services of pumps, valves, taps and metal containers Repair and maintenance services for pumps, valves, taps and metal containers and machinery
90711100 Risk or hazard assessment other than for construction Environmental impact assessment other than for construction
45332200 Water plumbing work Plumbing and drain-laying work
44611500 Water tanks Tanks
45232430 Water-treatment work Ancillary works for pipelines and cables

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@eem.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.