Procurement For All Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Repairs and Maintenance Framework |
Notice type: | Contract Notice |
Authority: | Procurement For All Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Yorkshire Housing Limited invites tenders for contractors to participate in a 48 month framework agreement for the supply of repairs and maintenance services to YH housing stock. Services will be delivered under Call-Off Contracts awarded via direct award or mini-competition processes. The Agreement will be used by YH, and may also be used by all other subsidiaries of the YH group of companies, both current and future. The estimated total value of the primary call-off contract to be awarded under this framework (covering the South region) is £6million. The total framework value of £12million is not a guarantee of expenditure and would be based on other YH regions awarding R&M contracts under this framework. It is not certain at this point whether such contracts, will or will not be awarded via this framework.Therefore total framework value of £12million is to provide capacity on this framework for YH over and above the primary call-off contract (South region) to be awarded |
Published: | 21/06/2019 11:57 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Yorkshire Housing Limited
Dysons Chambers, 12-14 Briggate, Leeds, LS1 6ER, United Kingdom
Tel. +44 1954250517, Email: tenders@tppl.co.uk
Main Address: http://www.yorkshirehousing.co.uk
NUTS Code: UKE
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-Leeds:-Repair-and-maintenance-services-of-building-installations./6D3NT787BW
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/6D3NT787BW 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 Framework
Reference Number: YH/RIPP/01
II.1.2) Main CPV Code:
50700000 - Repair and maintenance services of building installations.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Yorkshire Housing Limited invites tenders for contractors to participate in a 48 month framework agreement for the supply of repairs and maintenance services to YH housing stock.
Services will be delivered under Call-Off Contracts awarded via direct award or mini-competition processes. The Agreement will be used by YH, and may also be used by all other subsidiaries of the YH group of companies, both current and future.
The estimated total value of the primary call-off contract to be awarded under this framework (covering the South region) is £6million. The total framework value of £12million is not a guarantee of expenditure and would be based on other YH regions awarding R&M contracts under this framework. It is not certain at this point whether such contracts, will or will not be awarded via this framework.Therefore total framework value of £12million is to provide capacity on this framework for YH over and above the primary call-off contract (South region) to be awarded
II.1.5) Estimated total value:
Value excluding VAT: 12,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKE YORKSHIRE AND THE HUMBER
II.2.4) Description of procurement: Yorkshire Housing Limited (“YH”) invites tenders for organisations (“Service Providers”) to participate in a 48 month framework agreement (‘the Agreement’) for the supply of repairs and maintenance services (“Services”) to YH housing stock (“Property”). Full details on the range and types of Services required are detailed in section 3 of the tender document.
Services will be delivered under Call-Off Contracts (“Contract”) awarded via direct award or mini-competition processes. The Agreement will be used by YH, and may also be used by all other subsidiaries of the YH group of companies, both current and future.
Therefore, the envisaged approach is as follows; YH have issued this tender to create the Agreement from which Contracts will be awarded. The first and primary package (covering YH’s South geographical region) is intended to be awarded on a direct award basis to the Service Provider that ranks first following evaluation of submissions to participate in the Agreement.
Further packages of Services covering other YH geographical areas may be awarded on a direct award or mini-competition basis. YH reserves the right to access the proposed Agreement as required by the needs of the business. Therefore YH cannot provide any guarantees and/or commitments that Services for areas other than the South will be awarded through this proposed Agreement, as such alternative procurement methods may be utilised and/or Services may be internalised via the YH Homeworks division.
The initial Contract for Services under the Agreement covering the South region is to be awarded using the NHF form of contract with the NHF Schedule of Rates (Version 6) as the cost model. The duration is to be 2 years, with options to extend by two further increments of 12 months. Thereby the total contract duration for the South region is 4 years.
The Agreement will comprise of a single Lot with a maximum of 5 Service Providers awarded a place on this Agreement to ensure appropriate capacity and competition should further packages of Services be awarded.
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: 12,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Framework is likely to be re-tendered by YH within 48 months of award.
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:
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As stated in the procurement documents
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 OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
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: 22/07/2019 Time: 12:00
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): 3
IV.2.7) Conditions for opening of tenders:
Date: 22/07/2019
Time: 12:05
Place:
TPPL or Yorkshire Housing Offices
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months
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-Leeds:-Repair-and-maintenance-services-of-building-installations./6D3NT787BW
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6D3NT787BW
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
Royal Court of Justice, The Strand, London, WC2A 2LL, 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:
The contracting authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the Framework Agreement before it is executed/signed (as appropriate).
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
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: 21/06/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Yorkshire Housing Limited
Dysons Chambers, 12-14 Briggate, Leeds, LS1 6ER, United Kingdom
Tel. +44 1954250517, Email: tenders@tppl.co.uk
Main Address: http://www.yorkshirehousing.co.uk
NUTS Code: UKE
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 Framework
Reference number: YH/RIPP/01
II.1.2) Main CPV code:
50700000 - Repair and maintenance services of building installations.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Yorkshire Housing Limited invited tenders for contractors to participate in a 48 month framework agreement for the supply of repairs and maintenance services to YH housing stock.
Services will be delivered under Call-Off Contracts awarded via direct award or mini-competition processes. The Agreement will be used by YH, and may also be used by all other subsidiaries of the YH group of companies, both current and future.
The estimated total value of the primary call-off contract to be awarded under this framework (covering the South region) is £6million. The total framework value of £12million is not a guarantee of expenditure and would be based on other YH regions awarding R&M contracts under this framework. It is not certain at this point whether such contracts, will or will not be awarded via this framework.Therefore total framework value of £12million is to provide capacity on this framework for YH over and above the primary call-off contract (South region) to be awarded
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 12,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKE - YORKSHIRE AND THE HUMBER
Main site or place of performance:
YORKSHIRE AND THE HUMBER
II.2.4) Description of the procurement: Yorkshire Housing Limited (“YH”) invited tenders for organisations (“Service Providers”) to participate in a 48 month framework agreement (‘the Agreement’) for the supply of repairs and maintenance services (“Services”) to YH housing stock (“Property”). Full details on the range and types of Services required were detailed in section 3 of the tender document.
Services will be delivered under Call-Off Contracts (“Contract”) awarded via direct award or mini-competition processes. The Agreement will be used by YH, and may also be used by all other subsidiaries of the YH group of companies, both current and future.
II.2.5) Award criteria:
Quality criterion - Name: Tender Questions / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
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
Notice number in the OJEU: 2019/S 120-294260
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: 1
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/10/2019
V.2.2) Information about tenders
Number of tenders received: 2
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: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
ENGIE Regeneration Limited
Q3 Office, Quorum Business Park, Benton Lane, Newcastle, NE12 8EX, United Kingdom
Tel. +44 1133660800
NUTS Code: UKC2
The contractor is an SME: No
Contractor (No.2)
Morgan Sindall Property Services Limited
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
Tel. +44 1142820220
NUTS Code: UKI
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: 12,000,000
Total value of the contract/lot: 12,000,000
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=437270590
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures
N/A
N/A, N/A, N/A, N/A, N/A, United Kingdom
Tel. +44 0000000000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The contracting authority incorporated a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement was communicated to tenderers. This period allowed unsuccessful tenderers to challenge the decision to award the Framework Agreement before it was executed/signed.
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
VI.4.4) Service from which information about the review procedure may be obtained
N/A
N/A, N/A, N/A, N/A, N/A, United Kingdom
Tel. +44 0000000000
VI.5) Date of dispatch of this notice: 15/10/2019