Wandle Housing Association: Repairs and Maintenance

  Wandle Housing Association is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Repairs and Maintenance
Notice type: Contract Notice
Authority: Wandle Housing Association
Nature of contract: Services
Procedure: Restricted
Short Description: Reactive and void maintenance, major works, cyclical planned maintenance and component replacements to a defined geographical grouping of Wandle’s housing stock. The two lots would total circa £60,000,000 (£30,000,000 per lot) as follows: •East: Bromley, Croydon, Lambeth, Lewisham, Southwark •West: Kingston-upon-Thames. Merton, Sutton, Wandsworth
Published: 18/10/2021 10:16
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-London: Repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Wandle
             2nd Floor, Minerva House, 3-5 Montague Close, London, Se1 9BB, United Kingdom
             Tel. +44 2076827300, Email: procurement@wandle.com
             Contact: Chris Robinson
             Main Address: www.wandle.com, Address of the buyer profile: www.wandle.com
             NUTS Code: UKI6
      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: www.delta-esourcing.com
      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: Repairs and Maintenance       
      Reference Number: WHA/A/AM/21/015
      II.1.2) Main CPV Code:
      50000000 - Repair and maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Reactive and void maintenance, major works, cyclical planned maintenance and component replacements to a defined geographical grouping of Wandle’s housing stock.

The two lots would total circa £60,000,000 (£30,000,000 per lot) as follows:

•East: Bromley, Croydon, Lambeth, Lewisham, Southwark
•West: Kingston-upon-Thames. Merton, Sutton, Wandsworth       
      II.1.5) Estimated total value:
      Value excluding VAT: 60,000,000       
      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: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Repairs and Maintenance       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      50800000 - Miscellaneous repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI6 Outer London – South
      
      II.2.4) Description of procurement: The requirement will be split in to two regional lots, of similar size, as previously highlighted. The scope of repairs and maintenance will include:

•Reactive Repairs on a “price per property” (PPP) model with exclusions
•Void maintenance, based on a “price per void” (PPV) model
•Major works based on schedule of rates
•Capital replacements (kitchens and bathrooms initially) based on basket rates
•Cyclical planned maintenance (electrical servicing)

The contract will be let for an initial term of ten (10) years, extendable at Wandle's sole discretion by a further period or periods of up to five (5) years, giving a total possible contract term of fifteen (15) years.

The estimated contract value for the initial ten (10) year term is £60,000,000 (broken into two lots/contracts) and the estimated value for the total possible fifteen (15) year term is £90,000,000 (broken into two lots/contracts).
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 45,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 03/10/2022 / End: 30/09/2037       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: Minimum of 5 is designed to ensure competition at Stage 2 (ITT)
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contract term may be extended at Wandle's sole discretion by a further period or periods of up to five (5) years giving a total possible contract term of fifteen (15) years. Such extension is at Wandle's sole discretion and is subject to the successful provider's performance and continued affordability and the terms of the Contract.
      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://wandle.delta-esourcing.com/respond/C29DP369EZ       
II.2) Description Lot No. 2
      
      II.2.1) Title: Repairs and Maintenance       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      50800000 - Miscellaneous repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI6 Outer London – South
      
      II.2.4) Description of procurement: WHA to split the requirement into regional lots of similar size. Within the scope of repairs and maintenance is likely to include:

•Reactive Repairs on a “price per property” (PPP) model with exclusions
•Void maintenance, based on a “price per void” (PPV) model
•Major works based on schedule of rates
•Capital replacements (kitchens and bathrooms initially) based on basket rates
•Cyclical planned maintenance (electrical servicing)

The contract will be let for an initial term of ten (10) years, extendable at Wandle's sole discretion by a further period or periods of up to five (5) years, giving a total possible contract term of fifteen (15) years.

The estimated contract value for the initial ten (10) year term is £60,000,000 and the estimated value for the total possible fifteen (15) year term is £90,000,000.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Cost / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 45,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 03/10/2022 / End: 30/09/2037       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: Minimum number of 3 required to ensure competition.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contract term may be extended at Wandle's sole discretion by a further period or periods of up to five (5) years giving a total possible contract term of fifteen (15) years. Such extension is at Wandle's sole discretion and is subject to the successful provider's performance and continued affordability and the terms of the Contract.
      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: Not provided       


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:          
      As per Standard Selection Questionnaire    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      As per Standard Selection Questionnaire    
      Minimum level(s) of standards possibly required (if applicable) :       
      As per Standard Selection Questionnaire    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      As per Standard Selection Questionnaire    
      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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      As per specification and scope of works.          
      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: 17/11/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/01/2022       
      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:
         Until: 01/09/2022
      
      

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: 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.
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./C29DP369EZ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C29DP369EZ
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales, Royal Courts of Justice
       The Strand, London, WC1A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             High Court of England and Wales, Royal Courts of Justice
          The Strand, London, WC1A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Wandle with observe a standstill period following the award of the framework agreement and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
       Internet address: www.wandle.com
   VI.5) Date Of Dispatch Of This Notice: 18/10/2021

Annex A


View any Notice Addenda

View Award Notice

UK-London: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Wandle Housing Association
       2nd Floor, Minerva House, 3-5 Montague Close, London, Se1 9BB, United Kingdom
       Tel. +44 2076827300, Email: procurement@wandle.com
       Contact: Chris Robinson
       Main Address: www.wandle.com, Address of the buyer profile: www.wandle.com
       NUTS Code: UKI6

   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: Repairs and Maintenance            
      Reference number: WHA/A/AM/21/015

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Reactive and void maintenance, major works, cyclical planned maintenance and component replacements to a defined geographical grouping of Wandle’s housing stock.

The two lots would total circa £60,000,000 (£30,000,000 per lot) as follows:

•East: Bromley, Croydon, Lambeth, Lewisham, Southwark
•West: Kingston-upon-Thames. Merton, Sutton, Wandsworth

      II.1.6) Information about lots
         This contract is divided into lots: Yes
         
            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Repairs and Maintenance   
      Lot No:1

      II.2.2) Additional CPV code(s):
            50800000 - Miscellaneous repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI6 - Outer London – South
   
      Main site or place of performance:
      Outer London – South
             

      II.2.4) Description of the procurement: The requirement will be split in to two regional lots, of similar size, as previously highlighted. The scope of repairs and maintenance will include:

•Reactive Repairs on a “price per property” (PPP) model with exclusions
•Void maintenance, based on a “price per void” (PPV) model
•Major works based on schedule of rates
•Capital replacements (kitchens and bathrooms initially) based on basket rates
•Cyclical planned maintenance (electrical servicing)

The contract will be let for an initial term of ten (10) years, extendable at Wandle's sole discretion by a further period or periods of up to five (5) years, giving a total possible contract term of fifteen (15) years.

The estimated contract value for the initial ten (10) year term is £60,000,000 (broken into two lots/contracts) and the estimated value for the total possible fifteen (15) year term is £90,000,000 (broken into two lots/contracts).

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contract term may be extended at Wandle's sole discretion by a further period or periods of up to five (5) years giving a total possible contract term of fifteen (15) years. Such extension is at Wandle's sole discretion and is subject to the successful provider's performance and continued affordability and the terms of the Contract.

      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://wandle.delta-esourcing.com/respond/C29DP369EZ

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Repairs and Maintenance   
      Lot No:2

      II.2.2) Additional CPV code(s):
            50800000 - Miscellaneous repair and maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI6 - Outer London – South
   
      Main site or place of performance:
      Outer London – South
             

      II.2.4) Description of the procurement: WHA to split the requirement into regional lots of similar size. Within the scope of repairs and maintenance is likely to include:

•Reactive Repairs on a “price per property” (PPP) model with exclusions
•Void maintenance, based on a “price per void” (PPV) model
•Major works based on schedule of rates
•Capital replacements (kitchens and bathrooms initially) based on basket rates
•Cyclical planned maintenance (electrical servicing)

The contract will be let for an initial term of ten (10) years, extendable at Wandle's sole discretion by a further period or periods of up to five (5) years, giving a total possible contract term of fifteen (15) years.

The estimated contract value for the initial ten (10) year term is £60,000,000 and the estimated value for the total possible fifteen (15) year term is £90,000,000.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contract term may be extended at Wandle's sole discretion by a further period or periods of up to five (5) years giving a total possible contract term of fifteen (15) years. Such extension is at Wandle's sole discretion and is subject to the successful provider's performance and continued affordability and the terms of the Contract.

      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: Not Provided


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: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2021 - 025943

Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=724867830

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales, Royal Courts of Justice
          The Strand, London, WC1A 2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales, Royal Courts of Justice
          The Strand, London, WC1A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Wandle with observe a standstill period following the award of the framework agreement and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.

      VI.4.4) Service from which information about the review procedure may be obtained
          Cabinet Office
          70 Whitehall, London, SW1A 2AS, United Kingdom
          Internet address: www.wandle.com

   VI.5) Date of dispatch of this notice: 30/09/2022