Housing 21: Water Hygiene Management Services

  Housing 21 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Water Hygiene Management Services
Notice type: Contract Notice
Authority: Housing 21
Nature of contract: Services
Procedure: Open
Short Description: Housing 21 is a leading not for profit provider of Retirement Housing and Extra Care for older people of modest means. Housing 21 has over 450 courts and are legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved. Housing 21 has requirements for two key water prevention methods including firstly; suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating. Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety.
Published: 28/09/2021 11:42
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-BIRMINGHAM: Surface water treatment services.
Section I: Contracting Authority
      I.1) Name and addresses
             Housing 21
             BASEMENT STORE 1 TRICORN HOUSE 51 53 HAGLEY ROAD, 51-53 Hagley Road, BIRMINGHAM, B168TP, United Kingdom
             Tel. +44 03007901193, Email: manjeet.sandhu@housingandcare21.co.uk
             Contact: Manjeet Singh Sandhu
             Main Address: www.housing21.co.uk
             NUTS Code: UK
      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-BIRMINGHAM:-Surface-water-treatment-services./Y7THWE54J3
      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
            Other type:: Not for profit
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Water Hygiene Management Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      90733400 - Surface water treatment services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Housing 21 is a leading not for profit provider of Retirement Housing and Extra Care for older people of modest means. Housing 21 has over 450 courts and are legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.
Housing 21 has requirements for two key water prevention methods including firstly; suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating. Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,500,000       
      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: Tenderers can submit bids for all three lots, but will only be awarded a maximum of two lots.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Water Hygiene Management Services       
      Lot No: Lot 1 - North Region       
      II.2.2) Additional CPV codes:
      45232430 - Water-treatment work.
      
      II.2.3) Place of performance:
      UKD NORTH WEST (ENGLAND)
      UKC NORTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.

Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.

Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.

The north region has 171 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.
      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: 1,100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract term is five years with the possibility of a two year extension.
      
      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/Y7THWE54J3       
II.2) Description Lot No. 2
      
      II.2.1) Title: Water Hygiene Management Services       
      Lot No: Lot 2 - Central region       
      II.2.2) Additional CPV codes:
      45232430 - Water-treatment work.
      
      II.2.3) Place of performance:
      UKF EAST MIDLANDS (ENGLAND)
      UKG WEST MIDLANDS (ENGLAND)
      UKG3 West Midlands
      
      II.2.4) Description of procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.

Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.

Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.

The central region has 144 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.
      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: 900,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract term is 5 years with the possibility of a five year extension.
      
      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: Water Hygiene Management Services       
      Lot No: Lot 3 - South region       
      II.2.2) Additional CPV codes:
      45232430 - Water-treatment work.
      
      II.2.3) Place of performance:
      IE052 South-East
      UKI LONDON
      IE053 South-West
      
      II.2.4) Description of procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.

Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.

Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.

The south region has 183 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.
      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: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract term is 5 years with the possibility of a five year extension.
      
      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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      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: 25/10/2021 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): 12
      
      IV.2.7) Conditions for opening of tenders:
         Date: 29/10/2021
         Time: 12:01
         Place:
         Online
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Between 3 to five years.
   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-BIRMINGHAM:-Surface-water-treatment-services./Y7THWE54J3

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y7THWE54J3
   VI.4) Procedures for review
   VI.4.1) Review body:
             Housing and Care 21
       10th Floor, Tricorn House, 51-53 Hagley Road, Birmingham, B16 8TP, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 28/09/2021

Annex A


View any Notice Addenda

View Award Notice

UK-BIRMINGHAM: Surface water treatment services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Housing 21
       BASEMENT STORE 1 TRICORN HOUSE 51 53 HAGLEY ROAD, 51-53 Hagley Road, BIRMINGHAM, B168TP, United Kingdom
       Tel. +44 03007901193, Email: manjeet.sandhu@housingandcare21.co.uk
       Contact: Manjeet Singh Sandhu
       Main Address: www.housing21.co.uk
       NUTS Code: UK

   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:
      Other type:: Not for profit

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

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

      II.1.2) Main CPV code:
         90733400 - Surface water treatment services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Housing 21 is a leading not for profit provider of Retirement Housing and Extra Care for older people of modest means. Housing 21 has over 450 courts and are legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.
Housing 21 has requirements for two key water prevention methods including firstly; suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating. Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,200,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Water Hygiene Management Services   
      Lot No:Lot 1 - North Region

      II.2.2) Additional CPV code(s):
            45232430 - Water-treatment work.


      II.2.3) Place of performance
      Nuts code:
      UKD - NORTH WEST (ENGLAND)
      UKC - NORTH EAST (ENGLAND)
   
      Main site or place of performance:
      NORTH WEST (ENGLAND)
      NORTH EAST (ENGLAND)
             

      II.2.4) Description of the procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.

Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.

Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.

The north region has 171 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.

      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/Y7THWE54J3

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Water Hygiene Management Services   
      Lot No:Lot 2 - Central region

      II.2.2) Additional CPV code(s):
            45232430 - Water-treatment work.


      II.2.3) Place of performance
      Nuts code:
      UKF - EAST MIDLANDS (ENGLAND)
      UKG - WEST MIDLANDS (ENGLAND)
      UKG3 - West Midlands
   
      Main site or place of performance:
      EAST MIDLANDS (ENGLAND)
      WEST MIDLANDS (ENGLAND)
      West Midlands
             

      II.2.4) Description of the procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.

Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.

Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.

The central region has 144 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.

      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:Water Hygiene Management Services   
      Lot No:Lot 3 - South region

      II.2.2) Additional CPV code(s):
            45232430 - Water-treatment work.


      II.2.3) Place of performance
      Nuts code:
      IE052 - South-East
      UKI - LONDON
      IE053 - South-West
   
      Main site or place of performance:
      South-East
      LONDON
      South-West
             

      II.2.4) Description of the procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.

Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.

Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.

The south region has 183 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Criterion 1 / Weighting: 10
            

      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: 2021/S 000-024053
      
   

   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: Water Hygiene Management Services - North

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/12/2021

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: 10 (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: 0          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             MSM Environmental Services Limited, 03051722
             Mossfield House, Chesham Fold Road, Bury, BL9 6JZ, United Kingdom
             Internet address: https://www.tecs.uk.com/
             NUTS Code: UKC
            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: 500,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Water Hygiene Management Services - Central region

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/12/2021

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: 10 (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: 0          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             MSM Environmental Services Limited, 03051722
             Mossfield House, Chesham Fold Road, Bury, Great Manchester, BL9 6JZ, United Kingdom
             Internet address: https://www.tecs.uk.com/
             NUTS Code: UKG
            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: 800,000          
         Total value of the contract/lot: 800,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Water Hygiene Management Services - South Region

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/12/2021

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: 10 (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: 0          
         Number of tenders received by electronic means: 14

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             H2O Nationwide Limited, N/A
             Unit 1 Yardley Business Park, Luckyn Lane, Basildon, Essex, S143BZ, United Kingdom
             Internet address: www.h2onationwide.co.uk
             NUTS Code: UKJ
            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: 1,500,000          
         Total value of the contract/lot: 1,500,000
         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=654124862

   VI.4) Procedures for review

      VI.4.1) Review body
          Housing and Care 21
          10th Floor, Tricorn House, 51-53 Hagley Road, Birmingham, B16 8TP, United Kingdom

      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
         Not Provided

   VI.5) Date of dispatch of this notice: 04/01/2022