Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

East of England

Category Works

Type

No. of Lots 1

Status Active

Published 7th Jun 2024

Tender Details
Referenceocds-h6vhtk-046e72
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£37,000,000
« Previous Page

East of England

Category Works

Type

No. of Lots 1

Status Active

Published 7th Jun 2024

Tender Details
Referenceocds-h6vhtk-046e72
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£37,000,000

Section I: Contracting authority

I.1) Name and addresses

CHS Group

Endurance House, Chivers Way

Histon, Cambridge

CB24 9ZR

Contact

Joe Taylor

Email

joe.taylor [at] echelonconsultancy.co.uk

Telephone

+44 1707339800

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.chsgroup.org.uk/

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=81238&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=81238&B=ECHELON

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

1295 - Repairs, Voids, Planned and Cyclical Works

Reference number

1295

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

CHS are seeking to appoint a single contractor to deliver their repairs, voids, planned and cyclical works programs. The contract will be for an initial 4 years, with an option to extend by a further 4 years and then a further 2 years, for a total of up to 10 years.

II.1.5) Estimated total value

Value excluding VAT: £37,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45211310 - Bathrooms construction work
  • 45261900 - Roof repair and maintenance work
  • 45262650 - Cladding works
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 50000000 - Repair and maintenance services
  • 45451000 - Decoration work
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 90650000 - Asbestos removal services
  • 45421110 - Installation of door and window frames
  • 45421130 - Installation of doors and windows
  • 51000000 - Installation services (except software)
  • 79512000 - Call centre

II.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC

II.2.4) Description of the procurement

The contract will be awarded to a single Service Provider under a 4-year contract (with extensions of 4 years and 2 years possible). The estimated annual value of the Contract is c. £3.7m.

CHS is following a Restricted procurement procedure 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 its associated appendices. Following evaluation of submitted SQs, CHS anticipates shortlisting up to five bidders to be Invited to Tender under the second stage of the process. CHs reserve the right to increase this by one or two, where scores are within 10 marks of the 5th place tenderer. Following evaluation of Final Tenders, CHS intends to award the Contract to a single contractor. Full details of the requirements and instructions are included in the procurement and Tender documents.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £37,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

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: 5

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per the SQ questionnaire and the pre-requisite standards within.

III.1.2) Economic and financial standing

List and brief description of selection criteria

As per the SQ questionnaire and the pre-requisite standards within.

Minimum level(s) of standards possibly required

As per the SQ questionnaire and the pre-requisite standards within.

III.1.3) Technical and professional ability

List and brief description of selection criteria

As per the SQ questionnaire and the pre-requisite standards within.

Minimum level(s) of standards possibly required

As per the SQ questionnaire and the pre-requisite standards within.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

30 June 2024

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

30 July 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: 12 (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 of whom 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

WC2A2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will observe a 10-day stand still 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