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

  Communities & Housing Investment Consortium (CHIC) has published this notice through Delta eSourcing

Notice Summary
Title: whg Planned Programme Works Contract 2022-29/32
Notice type: Contract Award 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: 16/09/2022 15:01

View Full 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




View any Notice Addenda

View Award Notice