Opportunity

Water Hygiene Services

  • Cardiff Community Housing Association (CCHA)

F02: Contract notice

Notice reference: 2021/S 000-010472

Published 12 May 2021, 5:24pm



The closing date and time has been changed to:

18 June 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Cardiff Community Housing Association (CCHA)

Tolven Court, Dowlais Road

Cardiff

CF24 5LQ

Contact

Procurement

Email

procurement@effefftee.co.uk

Telephone

+44 2920468474

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

https://www.ccha.org.uk/home

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA21107

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.sell2wales.gov.wales

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Water Hygiene Services

two.1.2) Main CPV code

  • 90713100 - Consulting services for water-supply and waste-water other than for construction

two.1.3) Type of contract

Services

two.1.4) Short description

The contract is for the provision of Legionella and Water Hygiene Risk Assessment, Water Hygiene Control, Maintenance and Consultancy Services. The estimated annual contract value is between 25,000.00 GBP and 50,000.00 GBP.

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 90711100 - Risk or hazard assessment other than for construction
  • 45232430 - Water-treatment work

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Area of Cardiff

two.2.4) Description of the procurement

The contract is for the provision of Legionella and Water Hygiene Risk Assessment, Water Hygiene Control, Maintenance and Consultancy Services.

two.2.5) Award criteria

Quality criterion - Name: Technical Submission / Weighting: 60

Cost criterion - Name: Price Submission / Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

It is intended that the contract will commence in September, 2021, and subject to annual reviews, run for a period of three years with the option for renewal, as decided by CCHA, for an extension of up to a further two years. The maximum duration of the contract is therefore five years. The total contract value included in this notice reflects the maximum term and is therefore not guaranteed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the tender documentation for all relevant information on requirements relating to enrolment on professional or trade registers.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the tender documentation for all relevant information.

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

11 June 2021

Local time

12:00pm

Changed to:

Date

18 June 2021

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

11 June 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Maximum of four years after publication of this notice

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=110415.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Community Benefits requirements are outlined within the tender documents.

(WA Ref:110415)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

Faithorn Farrell Timms LLP

Central Court, 1 Knoll Rise

ORPINGTON

BR6 0JA

Email

procurement@effefftee.co.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

The Strand

LONDON

W2 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying Economic Operators of the outcome of this procurement.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

LONDON

SW1A 2AS

Country

United Kingdom