Tender

Water Hygiene Monitoring and Sampling of Water Systems

  • Sanctuary Housing Association

F02: Contract notice

Notice identifier: 2021/S 000-023704

Procurement identifier (OCID): ocds-h6vhtk-02e40b

Published 23 September 2021, 3:04pm



Section one: Contracting authority

one.1) Name and addresses

Sanctuary Housing Association

Sanctuary House, Chamber Court, Castle Street

Worcester

WR1 3ZQ

Contact

Kate Walsh Gibbons

Email

group.procurement@sanctuary.co.uk

Telephone

+44 1905334000

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

19059R

Internet address(es)

Main address

http://www.sanctuary-group.co.uk

Buyer's address

http://www.sanctuary-group.co.uk

one.3) Communication

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

www.sanctuary-tenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.sanctuary-tenders.co.uk

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 Monitoring and Sampling of Water Systems

Reference number

DN569093

two.1.2) Main CPV code

  • 71600000 - Technical testing, analysis and consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

For the provision of:

Water Treatment / Hygiene Control - The contract will predominantly cover work in Sanctuary Offices, Care Homes, Schemes and tenants' homes.

two.1.5) Estimated total value

Value excluding VAT: £3,555,000

two.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: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Supplier can bid for all lots, but will only be awarded 1 lot.

two.2) Description

two.2.1) Title

Lot 1 – The supply of Water Treatment / Hygiene Control Services: North West, North and East Regions

Lot No

1

two.2.2) Additional CPV code(s)

  • 71600000 - Technical testing, analysis and consultancy services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKH - East of England

two.2.4) Description of the procurement

For the provision of:

Water Treatment / Hygiene Control

The contract will predominantly cover work in Sanctuary Offices, Care Homes, Schemes and tenants homes.

The supplier will be expected to:

• Provide Water Treatment / Hygiene Control works in line with the required frequency for the specific site

• Periodic service and cold water shut off testing requirements for Thermostatic Mixer Valves (inclusive of checking and setting of the water temperature of TMV’s).

• Complete all works in accordance with HSG 274 Parts 2 and 3.

• Work to a performance related contract in line with a Service Level Agreement (SLA)

• Provide quarterly reports summarising performance against the service level agreements / Key Performance Indicators (KPI’s)

• Provide regular management information

• Provide a single point of contact to handle enquiries (account manager)

• Attend review meetings

• Provide a prompt and efficient service

• Provide advice, support, assistance and guidance including technical advice to Sanctuary employees

• Provide or facilitate relevant training

• Provide a single point of contact for accounts and invoice queries

• Comply with Sanctuary purchase order and invoicing requirements

• Completion reports / paperwork to be provided to Sanctuary’s National Compliance Team within an agreed timeframe

• Provide operatives who are suitably qualified and competent

• Ensure that any equipment that is dangerous is brought to Sanctuary’s attention as a matter of urgency.

• Provide a continuous improvement pipeline.

• Comply with all applicable legislation, standards and regulations

• Maintain and improve the asset list including address, type of equipment etc.

• Provide an effective scheduling system to ensure that visits are planned in with sites (including tenants) and carried out on time (Create in conjunction with Sanctuary and then work to an agreed schedule, providing details of the schedule)

• Have the ability to provide appropriate repairs / remedial works

• Hold and carry adequate spare parts

• Provide emergency call outs (24hrs)

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: £1,050,000

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

The contract will run for 3 years with the option to extend by two (2), one (1) year periods solely at the Groups discretion.

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

Lot 2 – The supply of Water Treatment / Hygiene Control Services: London & South East, Midlands and South West Regions

Lot No

2

two.2.2) Additional CPV code(s)

  • 71600000 - Technical testing, analysis and consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

For the provision of:

Water Treatment / Hygiene Control

The contract will predominantly cover work in Sanctuary Offices, Care Homes, Schemes and tenants homes.

The supplier will be expected to:

• Provide Water Treatment / Hygiene Control works in line with the required frequency for the specific site

• Periodic service and cold water shut off testing requirements for Thermostatic Mixer Valves (inclusive of checking and setting of the water temperature of TMV’s).

• Complete all works in accordance with HSG 274 Parts 2 and 3.

• Work to a performance related contract in line with a Service Level Agreement (SLA)

• Provide quarterly reports summarising performance against the service level agreements / Key Performance Indicators (KPI’s)

• Provide regular management information

• Provide a single point of contact to handle enquiries (account manager)

• Attend review meetings

• Provide a prompt and efficient service

• Provide advice, support, assistance and guidance including technical advice to Sanctuary employees

• Provide or facilitate relevant training

• Provide a single point of contact for accounts and invoice queries

• Comply with Sanctuary purchase order and invoicing requirements

• Completion reports / paperwork to be provided to Sanctuary’s National Compliance Team within an agreed timeframe

• Provide operatives who are suitably qualified and competent

• Ensure that any equipment that is dangerous is brought to Sanctuary’s attention as a matter of urgency.

• Provide a continuous improvement pipeline.

• Comply with all applicable legislation, standards and regulations

• Maintain and improve the asset list including address, type of equipment etc.

• Provide an effective scheduling system to ensure that visits are planned in with sites (including tenants) and carried out on time (Create in conjunction with Sanctuary and then work to an agreed schedule, providing details of the schedule)

• Have the ability to provide appropriate repairs / remedial works

• Hold and carry adequate spare parts

• Provide emergency call outs (24hrs)

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: £1,845,000

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

The contract will run for 3 years with the option to extend by two (2), one (1) year periods solely at the Groups discretion.

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

Lot No

3

two.2.2) Additional CPV code(s)

  • 71600000 - Technical testing, analysis and consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the provision of:

Water Treatment / Hygiene Control

The contract will predominantly cover work in Sanctuary Offices, Care Homes, Schemes and tenants homes.

The supplier will be expected to:

• Provide Water Treatment / Hygiene Control works in line with the required frequency for the specific site

• Periodic service and cold water shut off testing requirements for Thermostatic Mixer Valves (inclusive of checking and setting of the water temperature of TMV’s).

• Complete all works in accordance with HSG 274 Parts 2 and 3.

• Work to a performance related contract in line with a Service Level Agreement (SLA)

• Provide quarterly reports summarising performance against the service level agreements / Key Performance Indicators (KPI’s)

• Provide regular management information

• Provide a single point of contact to handle enquiries (account manager)

• Attend review meetings

• Provide a prompt and efficient service

• Provide advice, support, assistance and guidance including technical advice to Sanctuary employees

• Provide or facilitate relevant training

• Provide a single point of contact for accounts and invoice queries

• Comply with Sanctuary purchase order and invoicing requirements

• Completion reports / paperwork to be provided to Sanctuary’s National Compliance Team within an agreed timeframe

• Provide operatives who are suitably qualified and competent

• Ensure that any equipment that is dangerous is brought to Sanctuary’s attention as a matter of urgency.

• Provide a continuous improvement pipeline.

• Comply with all applicable legislation, standards and regulations

• Maintain and improve the asset list including address, type of equipment etc.

• Provide an effective scheduling system to ensure that visits are planned in with sites (including tenants) and carried out on time (Create in conjunction with Sanctuary and then work to an agreed schedule, providing details of the schedule)

• Have the ability to provide appropriate repairs / remedial works

• Hold and carry adequate spare parts

• Provide emergency call outs (24hrs)

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: £660,000

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

The contract will run for 3 years with the option to extend by two (2), one (1) year periods solely at the Groups discretion.

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.2) Conditions related to the contract

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: No

four.2) Administrative information

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

Date

25 October 2021

Local time

12:00pm

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: 36 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 October 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Estimated timing for further notices to be published: The contract will run for 3 years with the option to extend by two (2), one (1) year periods solely at the Groups discretion.

six.4) Procedures for review

six.4.1) Review body

Sanctuary Housing Association

Sanctuary House, Chamber Court, Castle Street

Worcester

WR! 3ZQ

Email

group.procurement@sanctuary.co.uk

Telephone

+44 1905334000

Country

United Kingdom