Tender

Property Services - Water Hygiene Monitoring - 08b

  • METROPOLITAN THAMES VALLEY HOUSING

F02: Contract notice

Notice identifier: 2021/S 000-016302

Procurement identifier (OCID): ocds-h6vhtk-02c720

Published 13 July 2021, 9:15am



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

Email

psproject@mtvh.co.uk

Telephone

+44 2035353535

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.delta-esourcing.com

Buyer's address

WWW.MTVH.CO.UK

one.3) Communication

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

www.delta-esourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.delta-esourcing.com

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

Email

psproject@mtvh.co.uk

Telephone

+44 2035353535

Country

United Kingdom