Contract notice

Information

Published

Date of dispatch of this notice: 25/07/2018

Expire date: 24/08/2018

External Reference: 2018-528807

TED Reference: 2018/S 144-328476

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Equity Housing Group
Armitt House
Cheadle Hulme
SK8 7EF
UK
Contact person: Pamela Graham
Telephone: +44 1707339800
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
Johnnie Johnson Housing Limited
Astra House, Spinners Lane
Poynton
SK12 1GA
UK
Contact person: Pamela Graham
Telephone: +44 1707339800
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
Main address: www.jjhousing.co.uk

I.2)

Joint procurement

The contract involves joint procurement
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=24933&B=ECHELON
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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

Equity and Johnnie Johnson Integrated Asset Management Contract
Reference number:  Ech 844
II.1.2)

Main CPV code

50700000  -  Repair and maintenance services of building installations
II.1.3)

Type of contract

Works
II.1.4)

Short description

10-year TPC 2005 (as amended) Integrated Asset Management Contract initially comprising reactive repairs and void works, with the option to include other workstreams including planned maintenance works, gas servicing, breakdown and installation works, grounds maintenance, estate services and cleaning. Responsive repairs will be delivered using a Price Per Property (PPP) model and void works using a Price Per Void (PPV) model. The commercial model for the optional elements is to be finalised as part of the tender process but likely to include a blend of archetype, SOR and quotation based pricing. The provision of a call centre is also optional.
II.1.5)

Estimated total value

Value excluding VAT: 110000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

31625200  -  Fire-alarm systems
32324400  -  Television aerials
33196200  -  Devices for the disabled
44212310  -  Scaffolding
45211310  -  Bathrooms construction work
45260000  -  Roof works and other special trade construction works
45261210  -  Roof-covering work
45261900  -  Roof repair and maintenance work
45262330  -  Concrete repair work
45311000  -  Electrical wiring and fitting work
45312100  -  Fire-alarm system installation work
45320000  -  Insulation work
45331110  -  Boiler installation work
45421100  -  Installation of doors and windows and related components
45421130  -  Installation of doors and windows
45421151  -  Installation of fitted kitchens
45451000  -  Decoration work
50116100  -  Electrical-system repair services
50711000  -  Repair and maintenance services of electrical building installations
50720000  -  Repair and maintenance services of central heating
50800000  -  Miscellaneous repair and maintenance services
77314000  -  Grounds maintenance services
79512000  -  Call centre
90650000  -  Asbestos removal services
90910000  -  Cleaning services
90911000  -  Accommodation, building and window cleaning services
90911200  -  Building-cleaning services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
North West and North East England
II.2.4)

Description of the procurement

10-year TPC 2005 (as amended) Integrated Asset Management Contract initially comprising reactive repairs and void works, with the option to include other workstreams including planned maintenance works, gas servicing, breakdown and installation works, grounds maintenance, estate services and cleaning. Responsive repairs will be delivered using a Price Per Property (PPP) model and void works using a Price Per Void (PPV) model. The commercial model for the optional elements is to be finalised as part of the tender process but likely to include a blend of archetype, SOR and quotation based pricing.
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: 110000000.00  GBP
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: 6
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

Guidance on the CD process being utilised by Equity and Johnnie Johnson can be found in Section 3.12 of the ISDS Document

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 set out in the SQ
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the SQ and 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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:  24/08/2018
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 12/09/2018
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 long term Contract at any stage of the procurement process. The contracting authority also reserves the right not to award a contract.
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 and interest or tendering for this contract.
Tenderers should note that the provisions of the transfer of Undertakings (protection of Employment) Regulations 2006 may apply.
Equity and Johnnie Johnson Housing will be providing an opportunity for all interested Suppliers to attend a briefing as set out in the SQ (A Bidders Pack is also available on request) on the 2nd August 2018 from 1:00 pm to 3:00 pm. Joining instructions are provided within the SQ.
The purpose of this briefing will be to provide an introduction to Equity and Johnnie Johnson Housing, as well as an overview of the procurement process and the objectives of the procurement exercise.
Equity and Johnnie Johnson Housing are jointly procuring in a single lot to gain the commercial efficiencies of a single contractor.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Authority will observe a standstill period following the award of the Contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations (2015).
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1 2AS
UK