Clarity Procurement Solutions: Christian Action Housing Water Hygiene Services

  Clarity Procurement Solutions is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Christian Action Housing Water Hygiene Services
Notice type: Contract 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: 26/04/2024 10:56
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-London: Building and facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             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.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-London:-Building-and-facilities-management-services./VB4246M663
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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
            Housing and community amenities

Section II: Object
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.1.5) Estimated total value:
      Value excluding VAT: 500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79993000 - Building and facilities management services.
      90913100 - Tank-cleaning services.
      90700000 - Environmental services.
      85142300 - Hygiene services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of 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.

The Contract will commence in August 2024.
      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: 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: 5 years after the contract award
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of 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.2.12) 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/VB4246M663       


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 stated in the procurement documents    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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: Yes       
   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: 28/05/2024 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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 28/05/2024
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 5 years from contract award
   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.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.

Potential Bidders wishing to participate in this tender opportunity are requested to:

•Download and read the Invitation to Tender Document and supporting appendices to familiarise yourselves with Christian Action Housing’s requirements

•Submit a completed Invitation to Tender Document in accordance with the tender instructions, noting the deadline submission of 12:00 hours on 28/05/2024
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./VB4246M663

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/VB4246M663
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of England and Wales
       London, 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:    
    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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 26/04/2024

Annex A


View any Notice Addenda

View Award Notice