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 |
View Full Notice
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
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