Construction Contract Leads
West Midlands
Category Works
Type
No. of Lots 10
Status Active
Published 4th Dec 2023
Reference | ocds-h6vhtk-04214b |
Common Procurement Vocabulary | Building installation work |
Procurement Method | Open procedure |
Value | £7,000,000 |
West Midlands
Category Works
Type
No. of Lots 10
Status Active
Published 4th Dec 2023
Reference | ocds-h6vhtk-04214b |
Common Procurement Vocabulary | Building installation work |
Procurement Method | Open procedure |
Value | £7,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Connexus Homes Limited
The Gateway, The Auction Yard
Craven Arms
SY7 9BW
jayne.bissell [at] connexus-group.co.uk
Telephone
+44 3332313233
Country
United Kingdom
NUTS code
UKG - West Midlands (England)
Internet address(es)
Main address
http://www.connexus-group.co.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA7601
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Connexus Responsive Repairs Tender
II.1.2) Main CPV code
- 45300000 - Building installation work
II.1.3) Type of contract
Works
II.1.4) Short description
The aim of this tender is to appoint contractors to deliver a responsive repairs service for Connexus.
Connexus has a Direct Labour Organisation (DLO) which undertakes the majority of responsive and void (i.e. empty home) repairs. The organisation is looking to procure a contract for a range of subcontractors to supplement the work of the DLO.
II.1.5) Estimated total value
Value excluding VAT: £7,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
General Building, Fencing and Groundworks across Shropshire
Lot No
1
II.2.2) Additional CPV code(s)
- 45233222 - Paving and asphalting works
- 45233291 - Installation of bollards
- 45233253 - Surface work for footpaths
- 45340000 - Fencing, railing and safety equipment installation work
- 45341000 - Erection of railings
- 45342000 - Erection of fencing
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45431000 - Tiling work
- 45432112 - Laying of paving
- 45440000 - Painting and glazing work
- 45441000 - Glazing work
- 45442100 - Painting work
- 45442180 - Repainting work
- 45442190 - Paint-stripping work
- 45450000 - Other building completion work
- 45262500 - Masonry and bricklaying work
- 44912400 - Kerbstones
- 45300000 - Building installation work
- 45421000 - Joinery work
- 45330000 - Plumbing and sanitary works
- 45442110 - Painting work of buildings
- 45421100 - Installation of doors and windows and related components
II.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Across Shropshire
II.2.4) Description of the procurement
General repairs works to tenanted and vacant properties across Shropshire, including plastering, joinery, plumbing, damp and condensation works, roofing repairs, painting and decorating, doors and windows, clearance of vacant dwellings and other general building repairs.
Additionally this lot includes works to external areas around homes and housing estates across Shropshire, including fencing, paths, steps, handrails and hardstanding.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.
II.2.10) Information about variants
Variants will be accepted: No
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
This Lot will also include some specialist areas such as fire alarm works, communal door entry systems and TV/media repairs. The winning bidder must make sure they have resources available for these specialist areas (sub-contractors are permitted) and provide an emergency OOH response.
II.2) Description
II.2.1) Title
Drainage Works- Shropshire
Lot No
2
II.2.2) Additional CPV code(s)
- 45232452 - Drainage works
- 45232451 - Drainage and surface works
- 90491000 - Sewer survey services
II.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Across Shropshire
II.2.4) Description of the procurement
Drainage Works to include repairs and drain clearance with an emergency out of hours response.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.
II.2.10) Information about variants
Variants will be accepted: No
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) Description
II.2.1) Title
Roofing works- Shropshire
Lot No
3
II.2.2) Additional CPV code(s)
- 45260000 - Roof works and other special trade construction works
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
II.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Across Shropshire
II.2.4) Description of the procurement
Roofing Works-mainly small to medium repairs but will include facias, soffits and barges as required.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.
II.2.10) Information about variants
Variants will be accepted: No
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) Description
II.2.1) Title
Scaffolding- Shropshire
Lot No
4
II.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
- 45262120 - Scaffolding erection work
- 45262110 - Scaffolding dismantling work
- 45262100 - Scaffolding work
II.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Across Shropshire
II.2.4) Description of the procurement
Scaffolding erection and dismantling.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.
II.2.10) Information about variants
Variants will be accepted: No
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
The winning bidder must allow in their pricing for 7-day re-inspection of scaffold if required. Evidence must also be provided in the form of a photograph of the scaffold tags following inspection.
II.2) Description
II.2.1) Title
Specialist cleaning and clearance services Shropshire
Lot No
5
II.2.2) Additional CPV code(s)
- 90690000 - Graffiti removal services
- 90700000 - Environmental services
- 90900000 - Cleaning and sanitation services
- 90911100 - Accommodation cleaning services
- 90920000 - Facility related sanitation services
- 90921000 - Disinfecting and exterminating services
- 90922000 - Pest-control services
- 90923000 - Rat-disinfestation services
- 90924000 - Fumigation services
II.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Across Shropshire.
II.2.4) Description of the procurement
Pest control, cleaning and clearance, with an emergency Out of Hours response.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.
II.2.10) Information about variants
Variants will be accepted: No
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) Description
II.2.1) Title
General Building, Fencing and Groundworks across Herefordshire
Lot No
6
II.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45421000 - Joinery work
- 45421100 - Installation of doors and windows and related components
- 45400000 - Building completion work
- 45430000 - Floor and wall covering work
- 45431000 - Tiling work
- 45432112 - Laying of paving
- 45440000 - Painting and glazing work
- 45441000 - Glazing work
- 45442110 - Painting work of buildings
- 45442180 - Repainting work
- 45442190 - Paint-stripping work
- 45450000 - Other building completion work
- 45340000 - Fencing, railing and safety equipment installation work
- 45341000 - Erection of railings
- 45342000 - Erection of fencing
- 45233222 - Paving and asphalting works
- 45233253 - Surface work for footpaths
- 45233291 - Installation of bollards
- 44912400 - Kerbstones
- 45330000 - Plumbing and sanitary works
- 45262500 - Masonry and bricklaying work
- 45442100 - Painting work
II.2.3) Place of performance
NUTS codes
- UKG11 - Herefordshire, County of
Main site or place of performance
Across Herefordshire.
II.2.4) Description of the procurement
General repairs works to tenanted and vacant properties across Herefordshire, including plastering, joinery, plumbing, damp and condensation works, roofing repairs, painting and decorating, doors and windows, clearance of vacant dwellings and other general building repairs.
Additionally this lot includes works to external areas around homes and housing estates across Herefordshire, including fencing, paths, steps, handrails and hardstanding.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.
II.2.10) Information about variants
Variants will be accepted: No
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
This Lot will also include some specialist areas such as fire alarm works, communal door entry systems and TV/media repairs. The winning bidder must make sure they have resources available for these specialist areas (sub-contractors are permitted) and provide an emergency OOH response.
II.2) Description
II.2.1) Title
Drainage Works- Herefordshire
Lot No
7
II.2.2) Additional CPV code(s)
- 45232452 - Drainage works
- 45232451 - Drainage and surface works
- 90491000 - Sewer survey services
II.2.3) Place of performance
NUTS codes
- UKG11 - Herefordshire, County of
Main site or place of performance
Across Herefordshire
II.2.4) Description of the procurement
Drainage Works to include repairs and drain clearance with an emergency out of hours response.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.
II.2.10) Information about variants
Variants will be accepted: No
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) Description
II.2.1) Title
Roofing Works- Herefordshire
Lot No
8
II.2.2) Additional CPV code(s)
- 45260000 - Roof works and other special trade construction works
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
II.2.3) Place of performance
NUTS codes
- UKG11 - Herefordshire, County of
Main site or place of performance
Across Herefordshire.
II.2.4) Description of the procurement
Roofing Works- mainly small to medium repairs but will include facias, soffits and barges as required.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.
II.2.10) Information about variants
Variants will be accepted: No
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) Description
II.2.1) Title
Scaffolding- Herefordshire
Lot No
9
II.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
- 45262100 - Scaffolding work
- 45262110 - Scaffolding dismantling work
- 45262120 - Scaffolding erection work
II.2.3) Place of performance
NUTS codes
- UKG11 - Herefordshire, County of
Main site or place of performance
Across Herefordshire.
II.2.4) Description of the procurement
Scaffolding erection and dismantling.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.
II.2.10) Information about variants
Variants will be accepted: No
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
The winning bidder must allow in their pricing for 7-day re-inspection of scaffold if required. Evidence must also be provided in the form of a photograph of the scaffold tags following inspection.
II.2) Description
II.2.1) Title
Specialist cleaning and clearance services across Herefordshire
Lot No
10
II.2.2) Additional CPV code(s)
- 90690000 - Graffiti removal services
- 90911100 - Accommodation cleaning services
- 90920000 - Facility related sanitation services
- 90921000 - Disinfecting and exterminating services
- 90922000 - Pest-control services
- 90923000 - Rat-disinfestation services
- 90924000 - Fumigation services
- 90900000 - Cleaning and sanitation services
- 90700000 - Environmental services
II.2.3) Place of performance
NUTS codes
- UKG11 - Herefordshire, County of
Main site or place of performance
Across Herefordshire.
II.2.4) Description of the procurement
Pest control, cleaning and clearance, with an emergency Out of Hours response.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.
II.2.10) Information about variants
Variants will be accepted: No
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
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to provide their last two years' accounts and will also be subject to a third party credit check.
Minimum level(s) of standards possibly required
Bidders should be able to demonstrate that they have made a profit in each of the last two years and a satisfactory credit score. If a loss is reported for one or more years, or the credit score is unsatisfactory, then the Bidder must provide appropriate justification and explanation of its ability to trade and fulfil the contract, Connexus will have discretion as to whether to accept such justification and explanation and will fail any Bidder where it is not satisfied.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must provide up to 3 relevant examples of equivalent works for each Lot applied for.
Bidders must demonstrate that they have the necessary skills and trades to undertake the works listed under each Lot.
Minimum level(s) of standards possibly required
It is a condition that Bidders agree to register with Constructionline bronze membership before they can be allocated any works.
Connexus Housing Limited will exclude Bidders that have been in receipt of enforcement or remedial action orders in relation to the Health and Safety Executive unless the Bidder can demonstrate to Connexus' satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per ITT Document.
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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
12 January 2024
Local time
12:00pm
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)
IV.2.7) Conditions for opening of tenders
Date
12 January 2024
Local time
12:00pm
Place
www.mytenders.co.uk post box facility.
Information about authorised persons and opening procedure
As per Connexus Housing Limited's Standing Orders and Financial Regulations.
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230810.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:230810)
Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=230810]]
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview [at] cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum ten calendar day standstill period at the point of information on the award of the Contract(s) to be awarded at conclusion of the procurement exercise begun by publication of the contract notice is communicated to tenderers. The Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court (England, Wales and Northern Ireland). Generally, any such action much be brought within thirty days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the contract(s) have 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 contract(s) have been entered into the court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the contract to be ‘ineffective’.
VI.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
Correspondence Team, Cabinet Office, Whitehall
London
SW1A 2AS
Telephone
+44 2072761234
Country
United Kingdom