Communities & Housing Investment Consortium (CHIC) : whg Planned Programme Works Contract 2022-29/32

  Communities & Housing Investment Consortium (CHIC) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: whg Planned Programme Works Contract 2022-29/32
Notice type: Contract Notice
Authority: Communities & Housing Investment Consortium (CHIC)
Nature of contract: Works
Procedure: Restricted
Short Description: Walsall Housing Group (whg) manages around 20,000 homes, the majority of which are within the Borough of Walsall. It is looking for three partner contractors to deliver its planned programme of investment works to its Walsall properties. The contract will be divided into three geographical Lots, each of which will involve the delivery of multiple workstreams. The contract will be for an initial period of 7 years with the option of a further 3 years subject to satisfactory performance and value for money. There will also be a no-fault break clause which can be triggered annually after the first anniversary of the contract start date and with either party providing six months’ written notice.
Published: 23/08/2021 15:17
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Walsall: Building installation work.
Section I: Contracting Authority
      I.1) Name and addresses
             Walsall Housing Group, 04015633
             100 Hatherton Street, Walsall, WS1 1AB, United Kingdom
             Tel. +44 1215153831, Email: zkhan@arkconsultancy.co.uk
             Contact: Zain Khan
             Main Address: https://www.whg.uk.com
             NUTS Code: UKG38
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Walsall:-Building-installation-work./ERY4ATAP9T
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: whg Planned Programme Works Contract 2022-29/32       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45300000 - Building installation work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Walsall Housing Group (whg) manages around 20,000 homes, the majority of which are within the Borough of Walsall. It is looking for three partner contractors to deliver its planned programme of investment works to its Walsall properties. The contract will be divided into three geographical Lots, each of which will involve the delivery of multiple workstreams. The contract will be for an initial period of 7 years with the option of a further 3 years subject to satisfactory performance and value for money. There will also be a no-fault break clause which can be triggered annually after the first anniversary of the contract start date and with either party providing six months’ written notice.       
      II.1.5) Estimated total value:
      Value excluding VAT: 197,000,000       
      Currency: GBP
      II.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: Should the contract in respect of any lots be terminated for any reason, whg reserves the right to issue the works for that Lot to one or both of the other partner contractors.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: North       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45300000 - Building installation work.
      45400000 - Building completion work.
      45453100 - Refurbishment work.
      50700000 - Repair and maintenance services of building installations.
      
      II.2.3) Place of performance:
      UKG38 Walsall
      
      II.2.4) Description of procurement: whg is looking for a single partner contractor to deliver its planned programme of investment and component replacement to around 8,200 in the northern part of Walsall Borough, including the towns of Bloxwich and Willenhall. This will be under a JCT Measured Term Contract with a schedule of amendments.

The workstreams will potentially include the following, although whg reserves the right to add or remove individual workstreams

•Pitched & Flat roofing
•Kitchen replacements
•Bathroom replacements
•Floor coverings
•Painting and Decorating
•Environmental works
•Windows
•External Doors
•Passive Fire Protection
•Electrical Works
•Property Preservation
•Scaffolding services associated with core works
•Mechanical and Electrical Works Communal Areas
•Replacement heating systems including alternative heating sources
•Adaptations including bathrooms
•General Building Works
•Asbestos removal in association with Planned works

It is anticipated that the potential value of this Lot excluding VAT and inflation of the initial seven-year period is approximately £54.5m. The potential value with a three-year contract extension excluding VAT and inflation of the additional services is £82.7m.

The successful bidder will be expected to have a current annual turnover of at least £18m. They will also be expected to obtain the following insurances:

•Employer’s Liability: £25m
•Public Liability: £25m
•Professional Indemnity: £5m
•Contractors’ All Risks: £25m

Should a contract in respect of either of the other 2 Lots be terminated for any reason, whg reserves the right to issue the work for that Lot to one or both of the other partner contractors.

In the event of a new major project requirement emerging from Homes England or Health and Safety Executive Policy change or other legislative reason or another project requiring a design and construct approach during the lifetime of the contract which would require a change to the overall programme, whg reserves the right to pursue an alternative means of sourcing the works other than issuing to the contractor for the area or Lot affected. This may involve opening up the opportunity to all 3 partner contractors or conducting a separate procurement exercise outside of this contract.

Bidders must set out how their current supply chain is established. whg reserves the right to source ‘big ticket’ materials directly in order to maximise value for money and intends to adopt this approach in relation to the supply of kitchens.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 82,700,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: Yes       
      Description of renewals: Option for one further term of 36 months subject to performance and value for money.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/ERY4ATAP9T       
II.2) Description Lot No. 2
      
      II.2.1) Title: South       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45300000 - Building installation work.
      45400000 - Building completion work.
      45453100 - Refurbishment work.
      50700000 - Repair and maintenance services of building installations.
      
      II.2.3) Place of performance:
      UKG38 Walsall
      
      II.2.4) Description of procurement: whg is looking for a single partner contractor to deliver its planned programme of investment and component replacement to around 6,900 in the southern part of Walsall Borough, including the towns of Walsall and Darlaston. This will be under a JCT Measured Term Contract with a schedule of amendments.

The workstreams will potentially include the following, although whg reserves the right to add or remove individual workstreams

•Pitched & Flat roofing
•Kitchen replacements
•Bathroom replacements
•Floor coverings
•Painting and Decorating
•Environmental works
•Windows
•External Doors
•Passive Fire Protection
•Electrical Works
•Property Preservation
•Scaffolding services associated with core works
•Mechanical and Electrical Works Communal Areas
•Replacement heating systems including alternative heating sources
•Adaptations including bathrooms
•General Building Works
•Asbestos removal in association with Planned works

It is anticipated that the potential value of this Lot excluding VAT and inflation of the initial seven-year period is approximately £45.5m. The potential value with a three-year contract extension excluding VAT and inflation of the additional services is £69.0m.

The successful bidder will be expected to have a current annual turnover of at least £18m. They will also be expected to obtain the following insurances:

•Employer’s Liability: £25m
•Public Liability: £25m
•Professional Indemnity: £5m
•Contractors’ All Risks: £25m

Should a contract in respect of either of the other 2 Lots be terminated for any reason, whg reserves the right to issue the work for that Lot to one or both of the other partner contractors.

In the event of a new major project requirement emerging from Homes England or Health and Safety Executive Policy change or other legislative reason or another project requiring a design and construct approach during the lifetime of the contract which would require a change to the overall programme, whg reserves the right to pursue an alternative means of sourcing the works other than issuing to the contractor for the area or Lot affected. This may involve opening up the opportunity to all 3 partner contractors or conducting a separate procurement exercise outside of this contract.

Bidders must set out how their current supply chain is established. whg reserves the right to source ‘big ticket’ materials directly in order to maximise value for money and intends to adopt this approach in relation to the supply of kitchens.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 69,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: Yes       
      Description of renewals: Option for further term of 36 months subject to performance and value for money.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/BP7Y6T7393       
II.2) Description Lot No. 3
      
      II.2.1) Title: East       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45300000 - Building installation work.
      45400000 - Building completion work.
      45453100 - Refurbishment work.
      50700000 - Repair and maintenance services of building installations.
      
      II.2.3) Place of performance:
      UKG38 Walsall
      
      II.2.4) Description of procurement: whg is looking for a single partner contractor to deliver its planned programme of investment and component replacement to around 4,500 in the eastern part of Walsall Borough, including the towns of Aldridge and Brownhills. This will be under a JCT Measured Term Contract with a schedule of amendments.

The workstreams will potentially include the following, although whg reserves the right to add or remove individual workstreams

•Pitched & Flat roofing
•Kitchen replacements
•Bathroom replacements
•Floor coverings
•Painting and Decorating
•Environmental works
•Windows
•External Doors
•Passive Fire Protection
•Electrical Works
•Property Preservation
•Scaffolding services associated with core works
•Mechanical and Electrical Works Communal Areas
•Replacement heating systems including alternative heating sources
•Adaptations including bathrooms
•General Building Works
•Asbestos removal in association with Planned works

It is anticipated that the potential value of this Lot excluding VAT and inflation of the initial seven-year period is approximately £30.0m. The potential value with a three-year contract extension excluding VAT and inflation of the additional services is £45.3m.

The successful bidder will be expected to have a current annual turnover of at least £18m. They will also be expected to obtain the following insurances:

•Employer’s Liability: £25m
•Public Liability: £25m
•Professional Indemnity: £5m
•Contractors’ All Risks: £25m

Should a contract in respect of either of the other 2 Lots be terminated for any reason, whg reserves the right to issue the work for that Lot to one or both of the other partner contractors.

In the event of a new major project requirement emerging from Homes England or Health and Safety Executive Policy change or other legislative reason or another project requiring a design and construct approach during the lifetime of the contract which would require a change to the overall programme, whg reserves the right to pursue an alternative means of sourcing the works other than issuing to the contractor for the area or Lot affected. This may involve opening up the opportunity to all 3 partner contractors or conducting a separate procurement exercise outside of this contract.

Bidders must set out how their current supply chain is established. whg reserves the right to source ‘big ticket’ materials directly in order to maximise value for money and intends to adopt this approach in relation to the supply of kitchens.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 45,300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: Yes       
      Description of renewals: Option for further term of 36 months subject to performance and value for money.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/A6U63KR26N       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      Tenderers will be required to set out within their tender submissions how they will address the expectations of whg in relation to the objectives of the programme.          
      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: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 23/09/2021 Time: 15:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 11/10/2021       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: Bidders must use the web link provided in this Notice to access the Selection Questionnaire.
Bidders must complete the Selection Questionnaire, using the information provided in this Notice as guidance.
The Contracting Authority reserves the right to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process or to award only a part or parts of any contract reserving the right to cancel or awarding part or parts of this contract.
The Contracting Authority shall not be liable for any cost or expense incurred by operators in connection with the completion and return of information requested in this Contract Notice.
Economic operators are asked to note that the provisions of the Transfer of Undertaking (Protection of Employment) Regulations 2014 may apply.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Walsall:-Building-installation-work./ERY4ATAP9T

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ERY4ATAP9T
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       Royal Courts of Justice, The Strand, London, WC2 2LL, United Kingdom
       Tel. +44 2079476000
       Internet address: www.justice.gov.uk/courts
   VI.4.2) Body responsible for mediation procedures:
             High Court of England and Wales
          Royal Courts of Justice, The Strand, London, WC2 2LL, United Kingdom
          Tel. +44 2079476000
          Internet address: www.justice.gov.uk/courts
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          ARK Consultancy Limited
       84 Spencer Street, Birmingham, B18 6DS, United Kingdom
       Tel. +44 1215153831, Email: zkhan@arkconsultancy.co.uk
       Internet address: www.arkconsultancy.co.uk
   VI.5) Date Of Dispatch Of This Notice: 23/08/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Walsall: Building installation work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Walsall Housing Group, 04015633
       100 Hatherton Street, Walsall, WS1 1AB, United Kingdom
       Tel. +44 1215153831, Email: zkhan@arkconsultancy.co.uk
       Contact: Zain Khan
       Main Address: https://www.whg.uk.com
       NUTS Code: UKG38

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: whg Planned Programme Works Contract 2022-29/32            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45300000 - Building installation work.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Walsall Housing Group (whg) manages around 20,000 homes, the majority of which are within the Borough of Walsall. It is looking for three partner contractors to deliver its planned programme of investment works to its Walsall properties. The contract will be divided into three geographical Lots, each of which will involve the delivery of multiple workstreams. The contract will be for an initial period of 7 years with the option of a further 3 years subject to satisfactory performance and value for money. There will also be a no-fault break clause which can be triggered annually after the first anniversary of the contract start date and with either party providing six months’ written notice.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 197,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:North   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45300000 - Building installation work.
            45400000 - Building completion work.
            45453100 - Refurbishment work.
            50700000 - Repair and maintenance services of building installations.


      II.2.3) Place of performance
      Nuts code:
      UKG38 - Walsall
   
      Main site or place of performance:
      Walsall
             

      II.2.4) Description of the procurement: whg is looking for a single partner contractor to deliver its planned programme of investment and component replacement to around 8,200 in the northern part of Walsall Borough, including the towns of Bloxwich and Willenhall. This will be under a JCT Measured Term Contract with a schedule of amendments.

The workstreams will potentially include the following, although whg reserves the right to add or remove individual workstreams

•Pitched & Flat roofing
•Kitchen replacements
•Bathroom replacements
•Floor coverings
•Painting and Decorating
•Environmental works
•Windows
•External Doors
•Passive Fire Protection
•Electrical Works
•Property Preservation
•Scaffolding services associated with core works
•Mechanical and Electrical Works Communal Areas
•Replacement heating systems including alternative heating sources
•Adaptations including bathrooms
•General Building Works
•Asbestos removal in association with Planned works

It is anticipated that the potential value of this Lot excluding VAT and inflation of the initial seven-year period is approximately £54.5m. The potential value with a three-year contract extension excluding VAT and inflation of the additional services is £82.7m.

The successful bidder will be expected to have a current annual turnover of at least £18m. They will also be expected to obtain the following insurances:

•Employer’s Liability: £25m
•Public Liability: £25m
•Professional Indemnity: £5m
•Contractors’ All Risks: £25m

Should a contract in respect of either of the other 2 Lots be terminated for any reason, whg reserves the right to issue the work for that Lot to one or both of the other partner contractors.

In the event of a new major project requirement emerging from Homes England or Health and Safety Executive Policy change or other legislative reason or another project requiring a design and construct approach during the lifetime of the contract which would require a change to the overall programme, whg reserves the right to pursue an alternative means of sourcing the works other than issuing to the contractor for the area or Lot affected. This may involve opening up the opportunity to all 3 partner contractors or conducting a separate procurement exercise outside of this contract.

Bidders must set out how their current supply chain is established. whg reserves the right to source ‘big ticket’ materials directly in order to maximise value for money and intends to adopt this approach in relation to the supply of kitchens.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/ERY4ATAP9T

   II.2) Description (lot no. 2)
   

      II.2.1) Title:South   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45300000 - Building installation work.
            45400000 - Building completion work.
            45453100 - Refurbishment work.
            50700000 - Repair and maintenance services of building installations.


      II.2.3) Place of performance
      Nuts code:
      UKG38 - Walsall
   
      Main site or place of performance:
      Walsall
             

      II.2.4) Description of the procurement: whg is looking for a single partner contractor to deliver its planned programme of investment and component replacement to around 6,900 in the southern part of Walsall Borough, including the towns of Walsall and Darlaston. This will be under a JCT Measured Term Contract with a schedule of amendments.

The workstreams will potentially include the following, although whg reserves the right to add or remove individual workstreams

•Pitched & Flat roofing
•Kitchen replacements
•Bathroom replacements
•Floor coverings
•Painting and Decorating
•Environmental works
•Windows
•External Doors
•Passive Fire Protection
•Electrical Works
•Property Preservation
•Scaffolding services associated with core works
•Mechanical and Electrical Works Communal Areas
•Replacement heating systems including alternative heating sources
•Adaptations including bathrooms
•General Building Works
•Asbestos removal in association with Planned works

It is anticipated that the potential value of this Lot excluding VAT and inflation of the initial seven-year period is approximately £45.5m. The potential value with a three-year contract extension excluding VAT and inflation of the additional services is £69.0m.

The successful bidder will be expected to have a current annual turnover of at least £18m. They will also be expected to obtain the following insurances:

•Employer’s Liability: £25m
•Public Liability: £25m
•Professional Indemnity: £5m
•Contractors’ All Risks: £25m

Should a contract in respect of either of the other 2 Lots be terminated for any reason, whg reserves the right to issue the work for that Lot to one or both of the other partner contractors.

In the event of a new major project requirement emerging from Homes England or Health and Safety Executive Policy change or other legislative reason or another project requiring a design and construct approach during the lifetime of the contract which would require a change to the overall programme, whg reserves the right to pursue an alternative means of sourcing the works other than issuing to the contractor for the area or Lot affected. This may involve opening up the opportunity to all 3 partner contractors or conducting a separate procurement exercise outside of this contract.

Bidders must set out how their current supply chain is established. whg reserves the right to source ‘big ticket’ materials directly in order to maximise value for money and intends to adopt this approach in relation to the supply of kitchens.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/BP7Y6T7393

   II.2) Description (lot no. 3)
   

      II.2.1) Title:East   
      Lot No:3

      II.2.2) Additional CPV code(s):
            45300000 - Building installation work.
            45400000 - Building completion work.
            45453100 - Refurbishment work.
            50700000 - Repair and maintenance services of building installations.


      II.2.3) Place of performance
      Nuts code:
      UKG38 - Walsall
   
      Main site or place of performance:
      Walsall
             

      II.2.4) Description of the procurement: whg is looking for a single partner contractor to deliver its planned programme of investment and component replacement to around 4,500 in the eastern part of Walsall Borough, including the towns of Aldridge and Brownhills. This will be under a JCT Measured Term Contract with a schedule of amendments.

The workstreams will potentially include the following, although whg reserves the right to add or remove individual workstreams

•Pitched & Flat roofing
•Kitchen replacements
•Bathroom replacements
•Floor coverings
•Painting and Decorating
•Environmental works
•Windows
•External Doors
•Passive Fire Protection
•Electrical Works
•Property Preservation
•Scaffolding services associated with core works
•Mechanical and Electrical Works Communal Areas
•Replacement heating systems including alternative heating sources
•Adaptations including bathrooms
•General Building Works
•Asbestos removal in association with Planned works

It is anticipated that the potential value of this Lot excluding VAT and inflation of the initial seven-year period is approximately £30.0m. The potential value with a three-year contract extension excluding VAT and inflation of the additional services is £45.3m.

The successful bidder will be expected to have a current annual turnover of at least £18m. They will also be expected to obtain the following insurances:

•Employer’s Liability: £25m
•Public Liability: £25m
•Professional Indemnity: £5m
•Contractors’ All Risks: £25m

Should a contract in respect of either of the other 2 Lots be terminated for any reason, whg reserves the right to issue the work for that Lot to one or both of the other partner contractors.

In the event of a new major project requirement emerging from Homes England or Health and Safety Executive Policy change or other legislative reason or another project requiring a design and construct approach during the lifetime of the contract which would require a change to the overall programme, whg reserves the right to pursue an alternative means of sourcing the works other than issuing to the contractor for the area or Lot affected. This may involve opening up the opportunity to all 3 partner contractors or conducting a separate procurement exercise outside of this contract.

Bidders must set out how their current supply chain is established. whg reserves the right to source ‘big ticket’ materials directly in order to maximise value for money and intends to adopt this approach in relation to the supply of kitchens.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/A6U63KR26N


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: North

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Wates Property Services Limited, 01141788
             Wates House, Station Approach, Leatherhead, United Kingdom
             Tel. +44 1372861000, Email: businessdevelopment@wates.co.uk
             Internet address: https://www.wates.co.uk
             NUTS Code: UKJ2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 82,700,000          
         Total value of the contract/lot: 82,700,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: South

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             United Living (North) Limited, 00545646
             Media House, Azalea Drive, Swanley, BR8 8HU, United Kingdom
             Tel. +44 1322665522, Email: ulnbidteam@unitedliving.co.uk
             Internet address: https://unitedliving.co.uk
             NUTS Code: UKJ4
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 69,000,000          
         Total value of the contract/lot: 69,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Kier Services Limited, 02651873
             2nd Floor, Optimum House, Clippers Quay, Salford, United Kingdom
             Tel. +44 1142203656, Email: kss.kbmbids@kier.co.uk
             Internet address: https://www.kier.co.uk/
             NUTS Code: UKD3
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 45,300,000          
         Total value of the contract/lot: 45,300,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=721669270

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Courts of Justice, The Strand, London, WC2 2LL, United Kingdom
          Tel. +44 2079476000
          Internet address: www.justice.gov.uk/courts

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, The Strand, London, WC2 2LL, United Kingdom
          Tel. +44 2079476000
          Internet address: www.justice.gov.uk/courts

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          ARK Consultancy Limited
          84 Spencer Street, Birmingham, B18 6DS, United Kingdom
          Tel. +44 1215153831, Email: zkhan@arkconsultancy.co.uk
          Internet address: www.arkconsultancy.co.uk

   VI.5) Date of dispatch of this notice: 16/09/2022