Clarity Procurement Solutions is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Pioneer Group Investment Works Programme |
Notice type: | Contract Notice |
Authority: | Clarity Procurement Solutions |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The scope of the Contract is the provision of replacement bathrooms and windows/doors to Pioneer’s 2,460 properties. The Contract is divided into 2 Lots: •Lot 1 – replacement of bathrooms •Lot 2 – replacement of windows/doors Applicants may bid for one or both Lots. Pioneer shall enter into separate Contracts for each Lot. It is envisaged that the Contracts with the Successful Bidder(s) shall last for a period of 8 (eight) years in line with the Pioneer Group’s Investment Programme. The key objectives associated with the Contracts are: •Maintaining decent homes standards •Demonstrating Value for Money •Delivering a high-quality Investment Programme, on time •Delivering measurable and sustainable social value •Reducing the environmental impact associated with the delivery of the works and contributing towards net carbon zero by 2050 |
Published: | 02/06/2021 15:30 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Pioneer Housing and Community Group Limited, United Kingdom
11 High Street, Castle Vale, Birmingham, B35 7PR, United Kingdom
Tel. +44 1217488100, Email: contactus@pioneergroup.org.uk
Main Address: https://www.pioneergroup.org.uk/
NUTS Code: UKG31
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-Birmingham:-Construction-work-for-multi-dwelling-buildings-and-individual-houses./N6P64YZK8U
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: Pioneer Group Investment Works Programme
Reference Number: AMDP5-21/22
II.1.2) Main CPV Code:
45211000 - Construction work for multi-dwelling buildings and individual houses.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The scope of the Contract is the provision of replacement bathrooms and windows/doors to Pioneer’s 2,460 properties.
The Contract is divided into 2 Lots:
•Lot 1 – replacement of bathrooms
•Lot 2 – replacement of windows/doors
Applicants may bid for one or both Lots.
Pioneer shall enter into separate Contracts for each Lot.
It is envisaged that the Contracts with the Successful Bidder(s) shall last for a period of 8 (eight) years in line with the Pioneer Group’s Investment Programme.
The key objectives associated with the Contracts are:
•Maintaining decent homes standards
•Demonstrating Value for Money
•Delivering a high-quality Investment Programme, on time
•Delivering measurable and sustainable social value
•Reducing the environmental impact associated with the delivery of the works and contributing towards net carbon zero by 2050
II.1.5) Estimated total value:
Value excluding VAT: 11,666,666
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: 2
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: Replacement of bathrooms
Lot No: 1
II.2.2) Additional CPV codes:
45211310 - Bathrooms construction work.
II.2.3) Place of performance:
UKG31 Birmingham
II.2.4) Description of procurement: The scope of the Contract is the provision of replacement bathrooms to Pioneer’s 2,460 properties.
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: 5,833,333
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
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 number of candidates: 6
Objective criteria for choosing the limited number of candidates: The top 6 scoring Applicants for each Lot (out of those who pass all the Pass/Fail questions) will be invited to participate in the ITT stage.
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/N6P64YZK8U
II.2) Description Lot No. 2
II.2.1) Title: Replacement of windows and doors
Lot No: 2
II.2.2) Additional CPV codes:
45421130 - Installation of doors and windows.
II.2.3) Place of performance:
UKG31 Birmingham
II.2.4) Description of procurement: The scope of the Contract is the provision of replacement windows and doors to Pioneer’s 2,460 properties.
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: 5,833,333
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
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 number of candidates: 6
Objective criteria for choosing the limited number of candidates: The top 6 scoring Applicants for each Lot (out of those who pass all the Pass/Fail questions) will be invited to participate in the ITT stage.
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: 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 set out in the procurement documents
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
Not Provided
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: No
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: No
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: 02/07/2021 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/08/2021
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: Not Provided
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
This tender opportunity is being managed on behalf of the Pioneer Group by Clarity Procurement Solutions Limited. Potential Applicants wishing participate in this tender opportunity are instructed to:
Download and read the Draft Invitation to Tender Document to familiarise yourselves with Pioneer's requirements;
Download and read the Selection Questionnaire Instructions Document;
Download and complete the Selection Questionnaire Document;
Submit a completed Selection Questionnaire Document in accordance with the SQ Instructions and the stated deadline
Potential Applicants must not complete or submit the Draft Invitation to Tender Document at this stage
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Construction-work-for-multi-dwelling-buildings-and-individual-houses./N6P64YZK8U
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N6P64YZK8U
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
he Contracting Authority will enter into this contract following a minimum 10 day calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 02/06/2021
Annex A