Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Commercial Works DPS |
Notice type: | Contract Notice |
Authority: | Northern Housing Consortium Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | To support delivery of proactive and customer focussed activities, Incommunities is inviting suppliers to provide a range of construction services to support planned maintenance and regeneration objectives. |
Published: | 02/03/2021 09:48 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Incommunities Group Ltd
The Quays, Victoria Street, Shipley, BD17 7BN, United Kingdom
Tel. +44 1274257816, Email: Corporate.Procurement@incommunities.co.uk
Contact: Hazlin Hasan
Main Address: www.incommunities.co.uk
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-Shipley:-Repair-and-maintenance-services./X855Z452K7
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
Other type:: Housing Association
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Commercial Works DPS
Reference Number: Not provided
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To support delivery of proactive and customer focussed activities, Incommunities is inviting suppliers to provide a range of construction services to support planned maintenance and regeneration objectives.
II.1.5) Estimated total value:
Value excluding VAT: 45,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45261900 - Roof repair and maintenance work.
45261910 - Roof repair.
50411100 - Repair and maintenance services of water meters.
50411200 - Repair and maintenance services of gas meters.
50411300 - Repair and maintenance services of electricity meters.
50413100 - Repair and maintenance services of gas-detection equipment.
50711000 - Repair and maintenance services of electrical building installations.
50712000 - Repair and maintenance services of mechanical building installations.
50720000 - Repair and maintenance services of central heating.
45300000 - Building installation work.
45310000 - Electrical installation work.
45312000 - Alarm system and antenna installation work.
45312100 - Fire-alarm system installation work.
45315300 - Electricity supply installations.
45331220 - Air-conditioning installation work.
45331221 - Partial air-conditioning installation work.
45333000 - Gas-fitting installation work.
45333100 - Gas regulation equipment installation work.
45343000 - Fire-prevention installation works.
45343210 - CO2 fire-extinguishing equipment installation work.
45343230 - Sprinkler systems installation work.
45421100 - Installation of doors and windows and related components.
45421110 - Installation of door and window frames.
45421111 - Installation of door frames.
45421112 - Installation of window frames.
45421120 - Installation of thresholds.
45421130 - Installation of doors and windows.
45421131 - Installation of doors.
45421132 - Installation of windows.
45421140 - Installation of metal joinery except doors and windows.
45421141 - Installation of partitioning.
45421142 - Installation of shutters.
45421143 - Installation work of blinds.
45422000 - Carpentry installation work.
50700000 - Repair and maintenance services of building installations.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
51000000 - Installation services (except software).
51110000 - Installation services of electrical equipment.
45453100 - Refurbishment work.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The DPS Agreement is split into the categories below which indicate the individual elements.
Work Category
Building (General)
Building Refurbishment Over 15K
Building Repairs And Improvements (Max £15k)
Building Repairs and Improvements in void property (Max £15k)
Disrepair – inspection and report
Disrepair – remedial works
Thermal Comfort – Insulation including cavity wall insulation; external wall insulation; internal wall insulation
Painting & Decorating (General)
Component renewals
Windows and Doors (Pvcu)
Roof and roofline works
Kitchens
Bathrooms including wet rooms
Masonry work:
Blockwork and Brickwork
External Rendering
Groundworks including:
Asphalt Surfacing
Drainage (Land)
Landscaping and flagging
Fencing
Electrical Installation & Maintenance / Servicing
Internal Electrical Installations
External Electrical Installations
Periodic Electrical Testing – domestic properties and communal
Fire Alarm Systems
Closed Circuit TV Systems
Mechanical Services Installation
Heating (Central - Gas) Installation
Gas Installations
Air Conditioning installation
Air source Heat Pump Installation
Ground Source Heat Pump Installation
PV Solar Thermal Installation
Applicants are able to request to participate in relation to one or any number of categories and, to be clear, the SQ contains questions relevant to the individual categories and Applicants should only submit one SQ regardless of the number of categories they wish to be considered for. Note: you must respond to all questions for each category you wish to be considered for.
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: 45,000,000
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: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/X855Z452K7
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
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
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: 10/03/2021 Time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 11/03/2021
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): 60
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shipley:-Repair-and-maintenance-services./X855Z452K7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X855Z452K7
VI.4) Procedures for review
VI.4.1) Review body:
Incommunities Group Ltd
The Quays, Victoria Street, Shipley, BD17 7BN, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Incommunities Group Ltd
The Quays, Victoria Street, Shipley, BD17 7BN, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
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: 02/03/2021
Annex A