- Scope of the procurement
- Lot 1 - East Midlands & East Anglia. Property Services - Water Hygiene Monitoring - 08b - East Midlands & East Anglia
- Lot 2 - North London. Property Services - Water Hygiene Monitoring - 08b - North London
- Lot 3 - London South. Property Services - Water Hygiene Monitoring - 08b - London South
Section one: Contracting authority
one.1) Name and addresses
METROPOLITAN THAMES VALLEY HOUSING
The Grange, 100 High Street, Southgate
London
N14 6PW
Contact
Karen Ramphal - Category Manager
Telephone
+44 2035353535
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.delta-esourcing.com
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
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
Property Services - Water Hygiene Monitoring - 08b
Reference number
2021-2022-007-08b
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
THIS IS A WORKS AND SERVICES TYPE OF CONTRACT - WATER HYGIENE MONITORING
MTVH is seeking proposals from suitably qualified and experienced Contractors to enter into a framework agreement for the delivery of Water Hygiene Monitoring services to its housing stock.
two.1.5) Estimated total value
Value excluding VAT: £2,511,600
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Property Services - Water Hygiene Monitoring - 08b - East Midlands & East Anglia
Lot No
Lot 1 - East Midlands & East Anglia
two.2.2) Additional CPV code(s)
- 39721400 - Instantaneous or storage non-electric water heaters
- 39715100 - Electric instantaneous or storage water heaters and immersion heaters
- 31681200 - Electric pumps
- 42120000 - Pumps and compressors
- 42122130 - Water pumps
- 38910000 - Hygiene monitoring and testing equipment
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKH1 - East Anglia
Main site or place of performance
EAST MIDLANDS (ENGLAND),East Anglia
two.2.4) Description of the procurement
THIS IS A WORKS AND SERVICES TYPE OF CONTRACT - WATER HYGIENE MONITORING
This notice relates to Water Hygiene Monitoring services to properties owned/managed by Metropolitan Housing Trust Limited trading as Metropolitan Thames Valley Housing (MTVH). See tender documents for additional information.
The works envisaged in this specification may include but are not limited to:
Implementing the Water Hygiene Control Schemes as identified by the specific site Risk Assessments. These will be in accordance with the guidance detailed within the HSE Guidance Document “HSG 274 Parts 1,2 and 3 more specifically Legionnaires Disease Part 2:The Control of Legionella Bacteria in Hot & Cold Water Systems and the Approved Code of Practice L8”.
Carrying out one off remedials from WRAs
Carrying out CWB, Sump, Waste Water Pump servicing/maintenance, inclusive of all pipework within the demise of the site, inclusive of the building
Ammonia Testing
Sewage Tank Emptying/Maintenance
TMV servicing/maintenance
CWST/Booster Tank maintenance
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £492,993
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
It is intended that the Authority will shortlist up to 6 contractors per lot to be invited to submit initial tenders (subject to the receipt of a sufficient number of satisfactory SQ responses).
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
two.2) Description
two.2.1) Title
Property Services - Water Hygiene Monitoring - 08b - North London
Lot No
Lot 2 - North London
two.2.2) Additional CPV code(s)
- 39721400 - Instantaneous or storage non-electric water heaters
- 39715100 - Electric instantaneous or storage water heaters and immersion heaters
- 31681200 - Electric pumps
- 42120000 - Pumps and compressors
- 42122130 - Water pumps
- 38910000 - Hygiene monitoring and testing equipment
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
THIS IS A WORKS AND SERVICES TYPE OF CONTRACT - WATER HYGIENE MONITORING
This notice relates to Water Hygiene Monitoring services to properties owned/managed by Metropolitan Housing Trust Limited trading as Metropolitan Thames Valley Housing (MTVH). See tender documents for additional information.
The works envisaged in this specification may include but are not limited to:
Implementing the Water Hygiene Control Schemes as identified by the specific site Risk Assessments. These will be in accordance with the guidance detailed within the HSE Guidance Document “HSG 274 Parts 1,2 and 3 more specifically Legionnaires Disease Part 2:The Control of Legionella Bacteria in Hot & Cold Water Systems and the Approved Code of Practice L8”.
Carrying out one off remedials from WRAs
Carrying out CWB, Sump, Waste Water Pump servicing/maintenance, inclusive of all pipework within the demise of the site, inclusive of the building
Ammonia Testing
Sewage Tank Emptying/Maintenance
TMV servicing/maintenance
CWST/Booster Tank maintenance
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £766,138
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
It is intended that the Authority will shortlist up to 6 contractors per lot to be invited to submit initial tenders (subject to the receipt of a sufficient number of satisfactory SQ responses).
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
two.2) Description
two.2.1) Title
Property Services - Water Hygiene Monitoring - 08b - London South
Lot No
Lot 3 - London South
two.2.2) Additional CPV code(s)
- 39721400 - Instantaneous or storage non-electric water heaters
- 39715100 - Electric instantaneous or storage water heaters and immersion heaters
- 31681200 - Electric pumps
- 42120000 - Pumps and compressors
- 42122130 - Water pumps
- 38910000 - Hygiene monitoring and testing equipment
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
THIS IS A WORKS AND SERVICES TYPE OF CONTRACT - WATER HYGIENE MONITORING
This notice relates to Water Hygiene Monitoring services to properties owned/managed by Metropolitan Housing Trust Limited trading as Metropolitan Thames Valley Housing (MTVH). See tender documents for additional information.
The works envisaged in this specification may include but are not limited to:
Implementing the Water Hygiene Control Schemes as identified by the specific site Risk Assessments. These will be in accordance with the guidance detailed within the HSE Guidance Document “HSG 274 Parts 1,2 and 3 more specifically Legionnaires Disease Part 2:The Control of Legionella Bacteria in Hot & Cold Water Systems and the Approved Code of Practice L8”.
Carrying out one off remedials from WRAs
Carrying out CWB, Sump, Waste Water Pump servicing/maintenance, inclusive of all pipework within the demise of the site, inclusive of the building
Ammonia Testing
Sewage Tank Emptying/Maintenance
TMV servicing/maintenance
CWST/Booster Tank maintenance
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,252,469
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
It is intended that the Authority will shortlist up to 6 contractors per lot to be invited to submit initial tenders (subject to the receipt of a sufficient number of satisfactory SQ responses).
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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 August 2021
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 October 2021
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y3U972583S
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./Y3U972583S
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y3U972583S
GO Reference: GO-2021712-PRO-18554118
six.4) Procedures for review
six.4.1) Review body
Metropolitan Housing Trust Ltd
The Grange, 100 High Street, Southgate
London
N14 6PW
Telephone
+44 2035353535
Country
United Kingdom