Northampton General Hospital NHS Trust: Water Hygiene Contract

  Northampton General Hospital NHS Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Water Hygiene Contract
Notice type: Contract Notice
Authority: Northampton General Hospital NHS Trust
Nature of contract: Works
Procedure: Open
Short Description: Lot 1 – TMV Full major service: The Trust requires the services of a competent contractor to undertake a full major service of all TMVs across the Trust. We have identified circa 1700 TMVs are currently in situ that require a full service. These should be undertaken in accordance with: Lot 2 – Tank Clean & Chlorination: The Trust requires the services of a competent contractor to undertake cleaning of our potable and non-potable water tanks. These should be undertaken in accordance with: Lot 3 – Legionella Risk Assessments: The Trust requires the services of a competent contractor to undertake a complete assessment of every block and create robust Legionella Risk Assessments including creation of site building logbooks. Each logbook should contain management structure and contact details, training and competency, plan of works and task templates, scope of work and responsibilities, copy of the LRA, incident plan, procedures.
Published: 20/01/2023 11:38

View Full Notice

UK-Northampton: Water-treatment work.
Section I: Contracting Authority
      I.1) Name and addresses
             Northampton General Hospital NHS Trust
             Cliftonville, Northampton, NN1 5BD, United Kingdom
             Tel. +44 1604634700, Email: lynda.furness@nhs.net
             Contact: Lynda Furness
             Main Address: https://www.northamptongeneral.nhs.uk/Home.aspx, Address of the buyer profile: https://www.northamptongeneral.nhs.uk/Home.aspx
             NUTS Code: UKF24
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Northampton:-Water-treatment-work./M9SE9Y4R36
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Water Hygiene Contract       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45232430 - Water-treatment work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Lot 1 – TMV Full major service: The Trust requires the services of a competent contractor to undertake a full major service of all TMVs across the Trust. We have identified circa 1700 TMVs are currently in situ that require a full service. These should be undertaken in accordance with:
Lot 2 – Tank Clean & Chlorination: The Trust requires the services of a competent contractor to undertake cleaning of our potable and non-potable water tanks. These should be undertaken in accordance with:
Lot 3 – Legionella Risk Assessments: The Trust requires the services of a competent contractor to undertake a complete assessment of every block and create robust Legionella Risk Assessments including creation of site building logbooks. Each logbook should contain management structure and contact details, training and competency, plan of works and task templates, scope of work and responsibilities, copy of the LRA, incident plan, procedures.       
      II.1.5) Estimated total value:
      Value excluding VAT: 380,000       
      Currency: 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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Not provided       
      Lot No: Lot 1 - TMV Full major service:       
      II.2.2) Additional CPV codes:
      09321000 - Hot water.
      
      II.2.3) Place of performance:
      UKF24 West Northamptonshire
      
      II.2.4) Description of procurement: Lot 1 – TMV Full major service: The Trust requires the services of a competent contractor to undertake a full major service of all TMVs across the Trust. We have identified circa 1700 TMVs are currently in situ that require a full service. These should be undertaken in accordance with:
•L8 – The Control of Legionella bacteria in water systems – Approved Code of Practice & Guidance 2013 4th Addition.
•HSG 274 Legionnaires Disease Technical Guidance 2016 Parts 1, 2, & 3
•Water systems Health Technical Memorandum 04-01: The control of Legionella, hygiene, “safe” hot water, cold water and drinking water Systems Parts A, B & C 2016
•Water Systems Health Technical Memorandum 04-01: Supplement, Performance Specification D 08: Thermostatic Mixing Valves (Healthcare) 2015 Edition.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Renewal after 24 months contract
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M9SE9Y4R36       
II.2) Description Lot No. 2
      
      II.2.1) Title: Not provided       
      Lot No: Lot 2 – Tank Clean & Chlorination:       
      II.2.2) Additional CPV codes:
      44611500 - Water tanks.
      
      II.2.3) Place of performance:
      UKF24 West Northamptonshire
      
      II.2.4) Description of procurement: Lot 2 – Tank Clean & Chlorination: The Trust requires the services of a competent contractor to undertake cleaning of our potable and non-potable water tanks. These should be undertaken in accordance with:
•HSG 274 Legionnaires Disease Technical Guidance, Parts 1, 2, & 3, 2016
•L8 – The Control of Legionella bacteria in water systems – Approved Code of Practice & Guidance, 4th Edition, 2013.
•Health Technical Memorandum 04-01: Safe water in healthcare premises, Parts A, B & C 2016
•BS EN 806-5:2012 Specifications for installations inside buildings conveying water for human consumption. Operation and maintenance
•WRAS – Water Regulations Advisory Scheme
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: yes after 24 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Not provided       
      Lot No: Lot 3 – Legionella Risk Assessments:       
      II.2.2) Additional CPV codes:
      79212300 - Statutory audit services.
      
      II.2.3) Place of performance:
      UKF24 West Northamptonshire
      
      II.2.4) Description of procurement: Lot 3 – Legionella Risk Assessments: The Trust requires the services of a competent contractor to undertake a complete assessment of every block and create robust Legionella Risk Assessments including creation of site building logbooks. Each logbook should contain management structure and contact details, training and competency, plan of works and task templates, scope of work and responsibilities, copy of the LRA, incident plan, procedures. As part of this review, the Trust requires all water system assets to be tagged, with tags provided by the Trust, and a comprehensive asset register is created, including, but not limited to the following assets:

•Taps
•Sinks/HWBs
•Showers
•Baths
•Bib Taps
•TMVs
•Any other associated water system asset contained within the block/building
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: yes after 24 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 24/02/2023 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 24/02/2023
         Time: 15:00
         Place:
         Northampton General Hospital
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 24 months
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Northampton:-Water-treatment-work./M9SE9Y4R36

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M9SE9Y4R36
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       Strand, London, WC2A 2LL, United Kingdom
       Internet address: https://theroyalcourtsofjustice.com/
   VI.4.2) Body responsible for mediation procedures:
             Northampton General Hospital NHS Trust
          Cliftonville, Northampton, NN1 5BD, United Kingdom
          Tel. +44 1604634700
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Northampton General Hospital NHS Trust
       Cliftonville, Northampton, NN1 5BD, United Kingdom
       Tel. +44 1604634700
   VI.5) Date Of Dispatch Of This Notice: 20/01/2023

Annex A


View any Notice Addenda

View Award Notice

UK-Northampton: Water-treatment work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Northampton General Hospital NHS Trust
       Cliftonville, Northampton, NN1 5BD, United Kingdom
       Tel. +44 1604634700, Email: lynda.furness@nhs.net
       Contact: Lynda Furness
       Main Address: https://www.northamptongeneral.nhs.uk/Home.aspx, Address of the buyer profile: https://www.northamptongeneral.nhs.uk/Home.aspx
       NUTS Code: UKF24

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Water Hygiene Contract            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45232430 - Water-treatment work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Lot 1 – TMV Full major service: The Trust requires the services of a competent contractor to undertake a full major service of all TMVs across the Trust. We have identified circa 1700 TMVs are currently in situ that require a full service. These should be undertaken in accordance with: Lot 2 – Tank Clean & Chlorination: The Trust requires the services of a competent contractor to undertake cleaning of our potable and non-potable water tanks. These should be undertaken in accordance with: Lot 3 – Legionella Risk Assessments: The Trust requires the services of a competent contractor to undertake a complete assessment of every block and create robust Legionella Risk Assessments including creation of site building logbooks. Each logbook should contain management structure and contact details, training and competency, plan of works and task templates, scope of work and responsibilities, copy of the LRA, incident plan, procedures.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 250,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 1 - TMV Full major service:

      II.2.2) Additional CPV code(s):
            09321000 - Hot water.


      II.2.3) Place of performance
      Nuts code:
      UKF24 - West Northamptonshire
   
      Main site or place of performance:
      West Northamptonshire
             

      II.2.4) Description of the procurement: Lot 1 – TMV Full major service: The Trust requires the services of a competent contractor to undertake a full major service of all TMVs across the Trust. We have identified circa 1700 TMVs are currently in situ that require a full service. These should be undertaken in accordance with: •L8 – The Control of Legionella bacteria in water systems – Approved Code of Practice & Guidance 2013 4th Addition. •HSG 274 Legionnaires Disease Technical Guidance 2016 Parts 1, 2, & 3 •Water systems Health Technical Memorandum 04-01: The control of Legionella, hygiene, “safe” hot water, cold water and drinking water Systems Parts A, B & C 2016 •Water Systems Health Technical Memorandum 04-01: Supplement, Performance Specification D 08: Thermostatic Mixing Valves (Healthcare) 2015 Edition.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M9SE9Y4R36

   II.2) Description (lot no. 2)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 2 – Tank Clean & Chlorination:

      II.2.2) Additional CPV code(s):
            44611500 - Water tanks.


      II.2.3) Place of performance
      Nuts code:
      UKF24 - West Northamptonshire
   
      Main site or place of performance:
      West Northamptonshire
             

      II.2.4) Description of the procurement: Lot 2 – Tank Clean & Chlorination: The Trust requires the services of a competent contractor to undertake cleaning of our potable and non-potable water tanks. These should be undertaken in accordance with: •HSG 274 Legionnaires Disease Technical Guidance, Parts 1, 2, & 3, 2016 •L8 – The Control of Legionella bacteria in water systems – Approved Code of Practice & Guidance, 4th Edition, 2013. •Health Technical Memorandum 04-01: Safe water in healthcare premises, Parts A, B & C 2016 •BS EN 806-5:2012 Specifications for installations inside buildings conveying water for human consumption. Operation and maintenance •WRAS – Water Regulations Advisory Scheme

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title: Not Provided    
      Lot No:Lot 3 – Legionella Risk Assessments:

      II.2.2) Additional CPV code(s):
            79212300 - Statutory audit services.


      II.2.3) Place of performance
      Nuts code:
      UKF24 - West Northamptonshire
   
      Main site or place of performance:
      West Northamptonshire
             

      II.2.4) Description of the procurement: Lot 3 – Legionella Risk Assessments: The Trust requires the services of a competent contractor to undertake a complete assessment of every block and create robust Legionella Risk Assessments including creation of site building logbooks. Each logbook should contain management structure and contact details, training and competency, plan of works and task templates, scope of work and responsibilities, copy of the LRA, incident plan, procedures. As part of this review, the Trust requires all water system assets to be tagged, with tags provided by the Trust, and a comprehensive asset register is created, including, but not limited to the following assets: •Taps •Sinks/HWBs •Showers •Baths •Bib Taps •TMVs •Any other associated water system asset contained within the block/building

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2003/S 000-001818
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/09/2023

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 13 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 13          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ph Water Technologies, 05042025
             250 Fowler Avenue, Farnborough, GU14 7JP, United Kingdom
             NUTS Code: UKJ36
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 100,274.78
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=806741641

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          Strand, London, WC2A 2LL, United Kingdom
          Internet address: https://theroyalcourtsofjustice.com/

      VI.4.2) Body responsible for mediation procedures
          Northampton General Hospital NHS Trust
          Cliftonville, Northampton, NN1 5BD, United Kingdom
          Tel. +44 1604634700

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Northampton General Hospital NHS Trust
          Cliftonville, Northampton, NN1 5BD, United Kingdom
          Tel. +44 1604634700

   VI.5) Date of dispatch of this notice: 04/09/2023