Contract notice

Information

Published

Expire date: 23/09/2021

External Reference: 2021-535391

FTS Reference: 2021-019207

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Progress Housing Group
28685
Sumner House, 21 King St
Leyland
PR25 2LW
UK
Telephone: +44 1707339800
NUTS code:  UK -  UNITED KINGDOM
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=38757&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

Progress Housing Group Repairs and Voids Contract
Reference number:  1097
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Progress Housing Group is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs, void property works and planned works. The contract will be awarded to a single Service Provider under a 10-year JCT Measured Term Contract (with a schedule of amendments) with the option to extend by up to a further five years.
Progress Housing is following a three-stage Competitive Dialogue 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. 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: 71000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

09331000  -  Solar panels
09332000  -  Solar installation
31625200  -  Fire-alarm systems
35120000  -  Surveillance and security systems and devices
39711000  -  Electrical domestic appliances for use with foodstuffs
39713000  -  Electrical domestic appliances for cleaning; smoothing irons
42512000  -  Air-conditioning installations
44115500  -  Sprinkler systems
44212381  -  Cladding
44221220  -  Fire doors
44221300  -  Gates
44611500  -  Water tanks
45211310  -  Bathrooms construction work
45232141  -  Heating works
45261215  -  Solar panel roof-covering work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45300000  -  Building installation work
45310000  -  Electrical installation work
45312100  -  Fire-alarm system installation work
45312320  -  Television aerial installation work
45313000  -  Lift and escalator installation work
45313100  -  Lift installation work
45330000  -  Plumbing and sanitary works
45331000  -  Heating, ventilation and air-conditioning installation work
45331100  -  Central-heating installation work
45331220  -  Air-conditioning installation work
45343100  -  Fireproofing work
45343230  -  Sprinkler systems installation work
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
45421130  -  Installation of doors and windows
45421131  -  Installation of doors
45421132  -  Installation of windows
45421148  -  Installation of gates
45421151  -  Installation of fitted kitchens
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing 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
50720000  -  Repair and maintenance services of central heating
50740000  -  Repair and maintenance services of escalators
50750000  -  Lift-maintenance services
79512000  -  Call centre
90650000  -  Asbestos removal services
90922000  -  Pest-control services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Progress Housing is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs, void property works and planned works across its various geographical locations. The contract will be awarded to a single Service Provider under a 10-year JCT Measured Term Contract (with a schedule of amendments) with the option to extend by up to a further five years. The estimated annual value of the Contract is c. £3.5m, but additional optional works in scope may increase the annual value by c. £1.2m to a total of c. £4.7m per annum.
Progress Housing is following a three-stage Competitive Dialogue 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, Progress anticipates shortlisting six bidders to be Invited to Submit Dialogue Solutions under the second stage of the process. Following evaluation of received ISDS submissions, Progress anticipates shortlisting 3 Tenderers to be invited to participate in Competitive Dialogue and submit Final Tenders. Following evaluation of Final Tenders, Progress 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

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: 71000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 180
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:
The Contract will run for an initial period of 10 years, with the option to extend by up to a further five years.
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 may 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:  08/09/2021
Local time:  12:00
IV.2.3)

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

Date: 08/10/2021
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

Cabinet Office
70 Whitehall
London
SW1A 2AS
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