Construction Contract Leads
West Midlands
Category Works
Type
No. of Lots 2
Status Active
Published 21st Nov 2023
Reference | ocds-h6vhtk-041bc9 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Competitive dialogue |
Value | £42,000,000 |
West Midlands
Category Works
Type
No. of Lots 2
Status Active
Published 21st Nov 2023
Reference | ocds-h6vhtk-041bc9 |
Common Procurement Vocabulary | Construction work |
Procurement Method | Competitive dialogue |
Value | £42,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Habinteg Housing Association
Chapman House Unit 1, Adwalton Business Park, 132 Wakefield Road, Drighlington
Bradford
BD11 1DR
Contact
Sharon Hunt
Habinteg [at] echelonconsultancy.co.uk
Telephone
+44 01707339800
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=75197&B=ECHELON
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=75197&B=ECHELON
Tenders or requests to participate must be submitted to the above-mentioned address
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
Habinteg - Asset Management Contracts
Reference number
ECH1270
II.1.2) Main CPV code
- 45000000 - Construction work
II.1.3) Type of contract
Works
II.1.4) Short description
Habinteg are seeking expressions of interest from suitably skilled and experienced Contractors for the delivery of its Asset Management works, to include responsive repairs, empty homes, planned works and cyclical decorating programmes.
The Contracts are being procured as two lots; Lot 1 - Asset Management Contracts - North and Lot 2 - Asset Management Contracts - South.
Participants can apply for an individual lot or both lots and Habinteg reserve the right to award both lots to the same bidder.
II.1.5) Estimated total value
Value excluding VAT: £42,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Habinteg reserve the right to award both Lot 1 - Asset Management services - North and Lot 2 - Asset Management Services South to one bidder should they consider this to be the most economically advantageous outcome.
II.2) Description
II.2.1) Title
Habinteg - Asset Management Contracts
Lot No
1
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45300000 - Building installation work
- 45350000 - Mechanical installations
- 45310000 - Electrical installation work
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45450000 - Other building completion work
- 45451000 - Decoration work
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
- 45421100 - Installation of doors and windows and related components
- 90650000 - Asbestos removal services
- 45262650 - Cladding works
- 45261900 - Roof repair and maintenance work
- 45330000 - Plumbing and sanitary works
- 45440000 - Painting and glazing work
II.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UKE - Yorkshire and the Humber
- UKD - North West (England)
- UKC - North East (England)
- UK - United Kingdom
II.2.4) Description of the procurement
Lot 1 - Asset Management Contracts - North
Habinteg is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs, works to bring it's empty homes up to a lettable standard, planned works and cyclical decorations, both to the exterior of individual properties and external and internal work to blocks and communal areas across it's stock in the North of the country covering Tyneside, Wearside, Teeside, Yorkshire, Northamptonshire, Lincolnshire, Manchester, Merseyside, Shropshire and the West Midlands.
The Contract will be awarded under a JCT MTC 2016 form of contract (with amendments) for a period of five years, with the option to extend the contract for a further 4.5 years.
The total value of the work under this lot is circa £26million.
Habinteg is following a three-stage Competitive Dialogue procurement process in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a selection questionnaire and it's associated appendices. Following evaluation of submitted SQ's, Habinteg anticipates shortlisting six bidders to be invited to be Invited to Submit Detailed Solutions (ISDS) under the second stage of the process. Following evaluation of received ISDS submissions, Habinteg anticipates shortlisting three tenderers to be invited to participate in Competitive Dialogue and be Invited to Submit Final Tenders (ISFT). Following evaluation of Final Tenders, Habinteg intends to award the contract for this lot to a single Contractor.
Bidders can submit a bid for this lot individually, or for both Lot 1 and Lot 2 and at the discretion of Habinteg, be awarded both lots if Habinteg consider this to be the most economically advantageous option.
Habinteg reserve the option to request the successful bidder for lot 1 to support delivery elsewhere in the country from time to time. This will be discussed in more detail at CD.
Full details of the requirements and instructions are included in the procurement and Tender documents.
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: £26,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
114
This contract is subject to renewal
No
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:
As set out in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
There is an option to extend the contract by up to a further 4.5 years following the initial 5 year term.
Habinteg reserve the option to request the successful bidder for lot 1 to support delivery elsewhere in the country from time to time. This will be discussed in more detail at CD.
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
Prospective bidders should note that TUPE will apply to the Contracts; Prospective bidders are advised to seek their own independent advice about the implications of TUPE.
II.2) Description
II.2.1) Title
Habinteg - Asset Management Contracts - South
Lot No
2
II.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45350000 - Mechanical installations
- 45310000 - Electrical installation work
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45450000 - Other building completion work
- 45451000 - Decoration work
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
- 45421100 - Installation of doors and windows and related components
- 90650000 - Asbestos removal services
- 45262650 - Cladding works
- 45330000 - Plumbing and sanitary works
- 45000000 - Construction work
- 45261900 - Roof repair and maintenance work
- 45440000 - Painting and glazing work
II.2.3) Place of performance
NUTS codes
- UKK - South West (England)
- UKJ - South East (England)
- UKI - London
- UKH - East of England
- UK - United Kingdom
II.2.4) Description of the procurement
Lot 2 - Asset Management Contracts - South
Habinteg is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs, works to bring it's empty homes up to a lettable standard, planned works and cyclical decorations, both to the exterior of individual properties and external and internal work to blocks and communal areas across it's stock in the South of the country covering Essex, North London, Milton Keynes, Hertfordshire, Bedfordshire, South London and the South East, North London, Devon, Cornwall, Somerset, Wiltshire and Hampshire.
It should be noted that the responsive repairs, empty homes and planned works services in some of these areas are already covered by two incumbent contractors (as set out in the procurement documents) but this lot does cover cyclical decorating work to stock in the entire area, in addition to any planned work that may be required to support the two existing Contractors.
The Contract will be awarded under a JCT MTC 2016 form of contract (with amendments) for a period of five years, with the option to extend the contract for a further 4.5 years.
The total value of the work under this lot is circa £16 million.
Habinteg is following a three-stage Competitive Dialogue procurement process in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a selection questionnaire and it's associated appendices. Following evaluation of submitted SQ's, Habinteg anticipates shortlisting six bidders to be invited to be Invited to Submit Detailed Solutions (ISDS) under the second stage of the process. Following evaluation of received ISDS submissions, Habinteg anticipates shortlisting three tenderers to be invited to participate in Competitive Dialogue and be Invited to Submit Final Tenders (ISFT). Following evaluation of Final Tenders, Habinteg intends to award the contract for this lot to a single Contractor.
Bidders can submit a bid for this lot individually, or for both Lot 1 and Lot 2 and at the discretion of Habinteg, be awarded both lots if Habinteg consider this to be the most economically advantageous option.
Habinteg reserve the option to request the successful bidder for lot 2 to support delivery elsewhere in the country from time to time. This will be discussed in more detail at CD.
Full details of the requirements and instructions are included in the procurement and Tender documents.
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: £16,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
114
This contract is subject to renewal
No
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:
As set out in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
There is an option to extend the contract by up to a further 4.5 years following the initial 5 year term.
Habinteg reserve the option to request the successful bidder for lot 2 to support delivery elsewhere in the country from time to time. This will be discussed in more detail at CD.
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
Prospective bidders should note that TUPE will apply to the Contracts; Prospective bidders are advised to seek their own independent advice about the implications of TUPE.
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 detailed in the procurement documents
III.1.2) Economic and financial standing
List and brief description of selection criteria
As detailed in the procurement documents
Minimum level(s) of standards possibly required
As detailed in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria
As detailed in the procurement documents
Minimum level(s) of standards possibly required
As detailed in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
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.2.2) Time limit for receipt of tenders or requests to participate
Date
21 December 2023
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 February 2024
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 months: 6 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
The Contracting Authority reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award the Contract. Neither the Contracting Authority nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the contract.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a 10-day standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom