Contract notice

Information

Published

Expire date: 25/08/2021

External Reference: 2021-565014

FTS Reference: 2021-017663

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Hexagon Housing Association Ltd
130-136 Sydenham Road
London
SE26 5JY
UK
Telephone: +44 1707339800
NUTS code:  UKI -  LONDON
Internet address(es):
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=38486&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

Hexagon Housing Association Repairs and Voids Contract
Reference number:  1096
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Hexagon Housing Association ("Hexagon") is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs, void property works, including emergencies out of office hours, ad hoc planned improvement works, and a fully comprehensive customer service centre solution. The contract will be awarded to a single Service Provider under a TPC 2005 (as amended) for 10 years, with break clauses included for non-performance and the like.
To procure the new contract, Hexagon is following a three-stage Competitive Dialogue procedure under 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. Full details of all the requirements and how to participate are included in the procurement, SQ and Tender documents.
II.1.5)

Estimated total value

Value excluding VAT: 34000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
79512000  -  Call centre
45300000  -  Building installation work
45310000  -  Electrical installation work
45421151  -  Installation of fitted kitchens
45211310  -  Bathrooms construction work
45330000  -  Plumbing and sanitary works
45350000  -  Mechanical installations
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
45450000  -  Other building completion work
45451000  -  Decoration work
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
Main site or place of performance:  
London and Kent
II.2.4)

Description of the procurement

Hexagon Housing Association ("Hexagon") is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs and void property works, including emergencies out of office hours and a fully comprehensive customer service centre solution. The contract will also include ad hoc planned works such as kitchen and bathroom replacements and electrical rewiring and installation works. The contract will be awarded to a single Service Provider under a TPC 2005 (as amended) for 10 years, with break clauses included for non-performance and the like.
To procure the new contract, Hexagon is following a three-stage Competitive Dialogue procedure under 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, Hexagon anticipates shortlisting six bidders to be Invited to Submit Dialogue Solutions under the second stage of the process. Following evaluation of received ISDS submissions, Hexagon anticipates shortlisting 3 Tenderers to be invited to participate in Competitive Dialogue, but reserves the right to increase that to a maximum of four should scores be very closely placed around the threshold point.
Full details of all the requirements and how to participate are included in the procurement, SQ 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: 33681802.00  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
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: 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

Prospective bidders should note that TUPE will apply to the contract; 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 and Tender documents.
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 detailed in the procurement and Tender 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.1.8)

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:  25/08/2021
Local time:  12:00
IV.2.3)

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

Date: 24/09/2021
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 months : 9  (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
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

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

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
UK