Clarity Procurement Solutions: Christian Action Housing Water Hygiene Services

  Clarity Procurement Solutions has published this notice through Delta eSourcing

Notice Summary
Title: Christian Action Housing Water Hygiene Services
Notice type: Contract Award Notice
Authority: Clarity Procurement Solutions
Nature of contract: Services
Procedure: Open
Short Description: The scope of the Contract is the provision of Water Hygiene Services to Christian Action properties. Full details of the Services for to be provided under the Contract are contained in the Specification set out at Appendix 1 of the Invitation to Tender.
Published: 25/10/2024 10:18

View Full Notice

UK-London: Building and facilities management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Christian Action Housing Association Ltd (Enfield)
       Benedict House, 61 Island Centre Way, Enfield, London, EN3 6GS, United Kingdom
       Tel. +44 1942725438, Email: nathan@clarityprcurement.co.uk
       Contact: Nathan Liptrot
       Main Address: https://www.christianaction.org.uk/
       NUTS Code: UKI

   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:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Christian Action Housing Water Hygiene Services            
      Reference number: CAH/WHS/2024

      II.1.2) Main CPV code:
         79993000 - Building and facilities management services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The scope of the Contract is the provision of Water Hygiene Services to Christian Action properties.
Full details of the Services for to be provided under the Contract are contained in the Specification set out at Appendix 1 of the Invitation to Tender.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 339,875
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79993000 - Building and facilities management services.
            90913100 - Tank-cleaning services.
            90700000 - Environmental services.
            85142300 - Hygiene services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: The scope of the Contract is the provision of Water Hygiene Services to Christian Action properties. This includes but is not limited to:

•Monitoring an inspection of communal hot and cold water systems
•Monitoring an inspection of communal cold water tanks
•Cleaning and disinfection of water tanks
•Cleaning and disinfection of showerheads
•Cleaning of thermostatic mixing valves (TMVs)
•Provision of legionella risk assessments

The Services are required at the following property types:

•Sheltered schemes
•Low rise blocks
•Mid rise blocks

Full details of the Services for to be provided under the Contract are contained in the Specification set out at Appendix 1 of the Invitation to Tender. The Successful Bidder will be required to comply with the Specification in providing the Services.

A single Contractor is required to deliver the entire Contract.

The Contract will last for an initial period of 3 years, with an option to extend at Christian Action’s sole discretion for up 2 additional years, giving a maximum potential term of 5 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The Contract will last for an initial period of 3 years, with an option to extend at Christian Action’s sole discretion for up 2 additional years, giving a maximum potential term of 5 years.

      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/VB4246M663


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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2024/S 000-013582
      
   

   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: 31/08/2024

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Houseman Services Ltd, 05539899
             Unit 5 the Paddocks, Wood Street, Swanley, Kent, BR8 7PA, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000          
         Total value of the contract/lot: 339,875
         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. 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. This tender is being administered on behalf of Christian Action Housing by Clarity Procurement Solutions Limited.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=898443674

   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court of England and Wales
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Contracting Authority will enter into this contract following a minimum 10 day calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 25/10/2024




View any Notice Addenda

View Award Notice