First Choice Homes Oldham: Major Investment Works 2022-2026/7 for First Choice Homes Oldham Limited

  First Choice Homes Oldham is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Major Investment Works 2022-2026/7 for First Choice Homes Oldham Limited
Notice type: Contract Notice
Authority: First Choice Homes Oldham
Nature of contract: Works
Procedure: Restricted
Short Description: First Choice Homes Oldham are seeking to appoint two contractors for the delivery of its Major Investment Works over a 4 year period with the option of an additional year. The nature of the contract is for the delivery of component renewal to FCHO’s occupied properties and communal areas with the works to be delivered through two separate lots, undertaking internal and external renewals separately. FCHO are seeking to deliver all works as efficiently as possible through the packaging of complementary investment wherever possible Bidders are reminded not to complete the Invitation to Tender documents until they are shortlisted to second stage and only submit the SQ document requirements by the stage 1 deadline of 8/12/2021.
Published: 08/11/2021 15:29
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-Oldham: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             First Choice Homes Oldham
             First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
             Tel. +44 1613935379, Email: Procurement@fcho.co.uk
             Contact: Keith Mullender
             Main Address: https://www.fcho.co.uk/, Address of the buyer profile: https://www.fcho.co.uk/
             NUTS Code: UKD3
      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-Oldham:-Construction-work./FC42Z9Z6CS
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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: Major Investment Works 2022-2026/7 for First Choice Homes Oldham Limited       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: First Choice Homes Oldham are seeking to appoint two contractors for the delivery of its Major Investment Works over a 4 year period with the option of an additional year. The nature of the contract is for the delivery of component renewal to FCHO’s occupied properties and communal areas with the works to be delivered through two separate lots, undertaking internal and external renewals separately. FCHO are seeking to deliver all works as efficiently as possible through the packaging of complementary investment wherever possible
Bidders are reminded not to complete the Invitation to Tender documents until they are shortlisted to second stage and only submit the SQ document requirements by the stage 1 deadline of 8/12/2021.       
      II.1.5) Estimated total value:
      Value excluding VAT: 55,000,000       
      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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Bidders shortlisted to Stage 2 must submit a bid for both Lots, and FCHO will award each Lot to a separate provider. Should the same provider be ranked first for both Lots then FCHO will select the Lot to award to that provider and award the other Lot to the second placed provider.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Internal Works       
      Lot No: Lot No: 1       
      II.2.2) Additional CPV codes:
      45311000 - Electrical wiring and fitting work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45211310 - Bathrooms construction work.
      45331100 - Central-heating installation work.
      45421151 - Installation of fitted kitchens.
      71334000 - Mechanical and electrical engineering services.
      
      II.2.3) Place of performance:
      UKD3 Greater Manchester
      
      II.2.4) Description of procurement: The nature of the contract for this Lot is for the delivery of component renewal to FCHO’s occupied properties and communal areas with the works made up of a number of elements including kitchen, bathroom and central heating replacements, re-wiring works and cyclical works including painting and flooring.
      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: 30,000,000       
      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: 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: Not provided
      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: Maximum number of bidders to be taken to second stage is 6 in total over both Lots 1 and 2

Contract may be extended by one additional year at FCHO discretion       
II.2) Description Lot No. 2
      
      II.2.1) Title: External Works       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45421100 - Installation of doors and windows and related components.
      45261210 - Roof-covering work.
      45262640 - Environmental improvement works.
      45262521 - Facing brickwork.
      45342000 - Erection of fencing.
      
      II.2.3) Place of performance:
      UKD3 Greater Manchester
      
      II.2.4) Description of procurement: The nature of the contract for this Lot is for the delivery of component renewal to FCHO’s occupied properties and communal areas with the works made up of a number of elements including pitched roofing, flat roofing and roofline, windows and doors, brickwork, fencing and gates access, and cyclicals works including painting
      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: 25,000,000       
      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: 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: Not provided
      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: Maximum number of bidders to be taken to second stage is 6 in total over both Lots 1 and 2

Contract may be extended by one additional year at FCHO discretion       


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.2.2) Contract performance conditions       
      See 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 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: 08/12/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/12/2021       
      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:
         Duration in month(s): 3
      
      

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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Oldham:-Construction-work./FC42Z9Z6CS

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FC42Z9Z6CS
   VI.4) Procedures for review
   VI.4.1) Review body:
             First Choice Homes Oldham
       First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
       Tel. +44 1613935379, Email: procurement@fcho.co.uk
       Internet address: https://www.fcho.co.uk
   VI.4.2) Body responsible for mediation procedures:
             First Choice Homes Oldham
          First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
          Tel. +44 1613935379, Email: procurement@fcho.co.uk
          Internet address: https://www.fcho.co.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          First Choice Homes Oldham
       First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
       Tel. +44 1613935379, Email: procurement@fcho.co.uk
       Internet address: https://www.fcho.co.uk
   VI.5) Date Of Dispatch Of This Notice: 08/11/2021

Annex A


View any Notice Addenda

View Award Notice