Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Reactive and planned maintenance (North Region) |
Notice type: | Contract Notice |
Authority: | Homes |
Nature of contract: | Works |
Procedure: | Negotiated |
Short Description: | The contract will be for the provision of a 24 hour, 365 days a year cover for all responsive repairs, including emergency and out of hours, as well as void (empty home) refurbishments. The contract will also allow the client the option to include other planned and reactive works, such as mechanical and electrical servicing/maintenance, compliance services, etc. subject to the performance of the appointed service provider. |
Published: | 11/02/2020 12:54 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Stonewater Limited
Suite C, Lancaster House,, Grange Business Park, Enderby Road,, Whetstone, Leicester, LE8 6EP, United Kingdom
Tel. +44 1689885080, Email: procurement@effefftee.co.uk
Main Address: https://www.stonewater.org
NUTS Code: UK
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-Leicester:-Overhaul-and-refurbishment-work./5NR5QH7T3S
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: Reactive and planned maintenance (North Region)
Reference Number: T1-5501
II.1.2) Main CPV Code:
45453000 - Overhaul and refurbishment work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The contract will be for the provision of a 24 hour, 365 days a year cover for all responsive repairs, including emergency and out of hours, as well as void (empty home) refurbishments. The contract will also allow the client the option to include other planned and reactive works, such as mechanical and electrical servicing/maintenance, compliance services, etc. subject to the performance of the appointed service provider.
II.1.5) Estimated total value:
Value excluding VAT: 70,500,000
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: The client will not award more than one lot to any service provider. Therefore two service providers will be appointed.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: North Region-North Area
Lot No: Lot 1
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
45453000 - Overhaul and refurbishment work.
50720000 - Repair and maintenance services of central heating.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
45451000 - Decoration work.
90500000 - Refuse and waste related services.
90922000 - Pest-control services.
45262660 - Asbestos-removal work.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
II.2.4) Description of procurement: The contract will be for the provision of a 24 hour, 365 days a year cover for all responsive repairs, including emergency and out of hours, as well as void (empty home) refurbishments. The contract will also allow the client the option to include other planned and reactive works, such as mechanical and electrical servicing/maintenance, compliance services, etc. subject to the performance of the appointed service provider.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Submission / Weighting: 70
Cost criterion - Name: Price Submission / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 39,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: It is intended that the contract will run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further ten years (on a five years + five years basis.) The maximum duration of the contract is therefore 15 years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: Stonewater Limited wishes to ensure that only suitably qualified and experienced organisations are considered for this contract. Therefore, the first stage of the procurement will include an evaluation of Candidates’ responses to technical questions on their previous experience and capability. Only the highest scoring Candidates will be shortlisted and Invited to Submit an Initial Tender. See the procurement documentation for full details.
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/5NR5QH7T3S
II.2) Description Lot No. 2
II.2.1) Title: North Region-Central Area
Lot No: Lot 2
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
45453000 - Overhaul and refurbishment work.
50720000 - Repair and maintenance services of central heating.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
45451000 - Decoration work.
90500000 - Refuse and waste related services.
90922000 - Pest-control services.
45262660 - Asbestos-removal work.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: The contract will be for the provision of a 24 hour, 365 days a year cover for all responsive repairs, including emergency and out of hours, as well as void (empty home) refurbishments. The contract will also allow the client the option to include other planned and reactive works, such as mechanical and electrical servicing/maintenance, compliance services, etc. subject to the performance of the appointed service provider.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Submission / Weighting: 70
Cost criterion - Name: Price Submission / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 31,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: It is intended that the contract will run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further ten years (on a five years + five years basis.) The maximum duration of the contract is therefore 15 years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: Stonewater Limited wishes to ensure that only suitably qualified and experienced organisations are considered for this contract. Therefore, the first stage of the procurement will include an evaluation of Candidates’ responses to technical questions on their previous experience and capability. Only the highest scoring Candidates will be shortlisted and Invited to Submit an Initial Tender. See the procurement documentation for full details.
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:
Please refer to the PAS and initial tender documentation for all relevant information on requirements relating to enrolment on professional or trade registers.
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
GasSafe and NICEIC
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 NEGOTIATED
IV.1.1) Type of procedure:
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
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: 12/03/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 22/04/2020
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): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2036
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-Leicester:-Overhaul-and-refurbishment-work./5NR5QH7T3S
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5NR5QH7T3S
VI.4) Procedures for review
VI.4.1) Review body:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise, ORPINGTON, BR6 0JA, United Kingdom
Email: procurement@effefftee.co.uk
VI.4.2) Body responsible for mediation procedures:
The Royal Courts of Justice
The Strand, LONDON, W2 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying Economic Operators of the outcome of this procurement.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, LONDON, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 11/02/2020
Annex A