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 Notice

Water Treatment Management Services (Domestic & Commercial)

  • First published: 22 October 2023
  • Last modified: 22 October 2023

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:
22 October 2023
Deadline date:
19 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

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.