Contract notice
Section I: Contracting
authority
I.1) Name and addresses
EFFICIENCY EAST MIDLANDS LIMITED
07762614
07762614
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/
Address of the buyer profile: https://eem.org.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/
Tenders or requests to participate must be sent to the abovementioned address
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)
Reference number: EEM0007-2023
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 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.
II.1.5) Estimated total value
Value excluding VAT:
250 000 000.00
GBP
II.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
II.2) Description
Lot No: 1
II.2.1) Title
Water Treatment Services Sublot Midlands
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
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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Quality criterion: Quality Competence Assessment
/ Weighting: Pass/Fail
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.2.6) Estimated value
Value excluding VAT:
125 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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: 2
II.2.1) Title
Water Treatment Management Services Sub-lot 2 National Coverage
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
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
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Quality criterion: Quality Competence Assessment
/ Weighting: Pass/Fail
Cost criterion: Schedule of Rates
/ Weighting: 25
Cost criterion: Scenario Pricing Tab
/ Weighting: 7.5
Cost criterion: Call Out and Labour Rates
/ Weighting: 7.5
II.2.6) Estimated value
Value excluding VAT:
125 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.1.3) Technical and professional ability
List and brief description of selection criteria:
as described within the tender documents
III.2) Conditions related to the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/12/2023
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
19/12/2023
Local time: 15:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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
20/10/2023