Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Water Hygiene Services

  • First published: 12 May 2021
  • Last modified: 10 June 2021

Contents

Summary

OCID:
ocds-kuma6s-110415
Published by:
Cardiff Community Housing Association (CCHA)
Authority ID:
AA21107
Publication date:
12 May 2021
Deadline date:
18 June 2021
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. CPV: 90713100, 71315200, 71600000, 90711100, 45232430.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff Community Housing Association (CCHA)

Tolven Court, Dowlais Road

Cardiff

CF24 5LQ

UK

Contact person: Procurement

Telephone: +44 2920468474

E-mail: procurement@effefftee.co.uk

NUTS: UKL22

Internet address(es)

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

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA21107

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

www.sell2wales.gov.wales


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

Water Hygiene Services

II.1.2) Main CPV code

90713100

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 250 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71315200

71600000

90711100

45232430

II.2.3) Place of performance

NUTS code:

UKL22


Main site or place of performance:

Area of Cardiff

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Submission / Weighting: 60

Cost criterion: Price Submission / Weighting: 40

II.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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

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:

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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to the tender documentation for all relevant information.

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 11/06/2021

Local time: 12:00

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

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 11/06/2021

Local 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:

Maximum of four years after publication of this notice

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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.

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.

VI.4) Procedures for review

VI.4.1) Review body

Faithorn Farrell Timms LLP

Central Court, 1 Knoll Rise

ORPINGTON

BR6 0JA

UK

E-mail: procurement@effefftee.co.uk

VI.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

The Strand

LONDON

W2 2LL

UK

VI.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.

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

Cabinet Office

70 Whitehall

LONDON

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

12/05/2021

Coding

Commodity categories

ID Title Parent category
71315200 Building consultancy services Building services
90713100 Consulting services for water-supply and waste-water other than for construction Environmental issues consultancy services
90711100 Risk or hazard assessment other than for construction Environmental impact assessment other than for construction
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
45232430 Water-treatment work Ancillary works for pipelines and cables

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
12 May 2021
Deadline date:
18 June 2021 00:00
Notice type:
02 Contract Notice
Authority name:
Cardiff Community Housing Association (CCHA)
Publication date:
11 June 2021
Notice type:
14 Corrigendum
Authority name:
Cardiff Community Housing Association (CCHA)
Publication date:
16 December 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Cardiff Community Housing Association (CCHA)

About the buyer

Main contact:
procurement@effefftee.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
13/05/2021 09:38
ADDED FILE: T1-5620-CCHA-Water Hygiene-Doc 2
Document 2 of the tender document set, containing preliminaries, specification, etc
19/05/2021 10:42
ADDED FILE: T1-5620-CCHA Water Hygiene- Clarification Log
Response to a question that was not provided anonymously is within the uploaded log document.
10/06/2021 17:27
ADDED FILE: Important Clarification Notice - T1-5620-CCHA Water Hygiene Services
Important Clarification Notice - please read
10/06/2021 17:31
Notice date(s) changed
IV.2.2) Time limit
Old date: 11/06/2021 12:00
New date: 18/06/2021 12:00

IV.2.7) Conditions for opening of tenders
Old date: 11/06/2021 12:00
New date: 18/06/2021 12:00

Change to scope of works

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

xlsx
xlsx433.25 KB
This file may not be accessible.
pdf
pdf361.49 KB
This file may not be accessible.
zip
zip7.17 MB
This file may not be accessible.
pdf
pdf9.51 KB
This file may not be accessible.
pdf
pdf84.76 KB
This file may not be accessible.
pdf
pdf389.67 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.