Contract notice

Information

Published

Expire date: 21/12/2023

External Reference: 2023-573674

FTS Reference: 2023-034469

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Habinteg Housing Association
Chapman House Unit 1, Adwalton Business Park, 132 Wakefield Road, Drighlington
Bradford
BD11 1DR
UK
Contact person: Sharon Hunt
Telephone: +44 01707339800
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=75197&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

Habinteg - Asset Management Contracts
Reference number:  ECH1270
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Habinteg are seeking expressions of interest from suitably skilled and experienced Contractors for the delivery of its Asset Management works, to include responsive repairs, empty homes, planned works and cyclical decorating programmes.
The Contracts are being procured as two lots; Lot 1 - Asset Management Contracts - North and Lot 2 - Asset Management Contracts - South.
Participants can apply for an individual lot or both lots and Habinteg reserve the right to award both lots to the same bidder.
II.1.5)

Estimated total value

Value excluding VAT: 42000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Habinteg reserve the right to award both Lot 1 - Asset Management services - North and Lot 2 - Asset Management Services South to one bidder should they consider this to be the most economically advantageous outcome.
II.2)

Description

II.2.1)

Title

Habinteg - Asset Management Contracts
Lot No:  1
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45300000  -  Building installation work
45350000  -  Mechanical installations
45310000  -  Electrical installation work
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering 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
45421151  -  Installation of fitted kitchens
45211310  -  Bathrooms construction work
45421100  -  Installation of doors and windows and related components
90650000  -  Asbestos removal services
45262650  -  Cladding works
45261900  -  Roof repair and maintenance work
45330000  -  Plumbing and sanitary works
45440000  -  Painting and glazing work
II.2.3)

Place of performance

NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UKC -  NORTH EAST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Lot 1 - Asset Management Contracts - North
Habinteg is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs, works to bring it's empty homes up to a lettable standard, planned works and cyclical decorations, both to the exterior of individual properties and external and internal work to blocks and communal areas across it's stock in the North of the country covering Tyneside, Wearside, Teeside, Yorkshire, Northamptonshire, Lincolnshire, Manchester, Merseyside, Shropshire and the West Midlands.
The Contract will be awarded under a JCT MTC 2016 form of contract (with amendments) for a period of five years, with the option to extend the contract for a further 4.5 years.
The total value of the work under this lot is circa £26million.
Habinteg is following a three-stage Competitive Dialogue procurement process 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 it's associated appendices. Following evaluation of submitted SQ's, Habinteg anticipates shortlisting six bidders to be invited to be Invited to Submit Detailed Solutions (ISDS) under the second stage of the process. Following evaluation of received ISDS submissions, Habinteg anticipates shortlisting three tenderers to be invited to participate in Competitive Dialogue and be Invited to Submit Final Tenders (ISFT). Following evaluation of Final Tenders, Habinteg intends to award the contract for this lot to a single Contractor.
Bidders can submit a bid for this lot individually, or for both Lot 1 and Lot 2 and at the discretion of Habinteg, be awarded both lots if Habinteg consider this to be the most economically advantageous option.
Habinteg reserve the option to request the successful bidder for lot 1 to support delivery elsewhere in the country from time to time. This will be discussed in more detail at CD.
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: 26000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 114
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:
There is an option to extend the contract by up to a further 4.5 years following the initial 5 year term.
Habinteg reserve the option to request the successful bidder for lot 1 to support delivery elsewhere in the country from time to time. This will be discussed in more detail at CD.
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 Contracts; Prospective bidders are advised to seek their own independent advice about the implications of TUPE.
II.2)

Description

II.2.1)

Title

Habinteg - Asset Management Contracts - South
Lot No:  2
II.2.2)

Additional CPV code(s)

45300000  -  Building installation work
45350000  -  Mechanical installations
45310000  -  Electrical installation work
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45430000  -  Floor and wall covering 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
45421151  -  Installation of fitted kitchens
45211310  -  Bathrooms construction work
45421100  -  Installation of doors and windows and related components
90650000  -  Asbestos removal services
45262650  -  Cladding works
45330000  -  Plumbing and sanitary works
45000000  -  Construction work
45261900  -  Roof repair and maintenance work
45440000  -  Painting and glazing work
II.2.3)

Place of performance

NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Lot 2 - Asset Management Contracts - South
Habinteg is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs, works to bring it's empty homes up to a lettable standard, planned works and cyclical decorations, both to the exterior of individual properties and external and internal work to blocks and communal areas across it's stock in the South of the country covering Essex, North London, Milton Keynes, Hertfordshire, Bedfordshire, South London and the South East, North London, Devon, Cornwall, Somerset, Wiltshire and Hampshire.
It should be noted that the responsive repairs, empty homes and planned works services in some of these areas are already covered by two incumbent contractors (as set out in the procurement documents) but this lot does cover cyclical decorating work to stock in the entire area, in addition to any planned work that may be required to support the two existing Contractors.
The Contract will be awarded under a JCT MTC 2016 form of contract (with amendments) for a period of five years, with the option to extend the contract for a further 4.5 years.
The total value of the work under this lot is circa £16 million.
Habinteg is following a three-stage Competitive Dialogue procurement process 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 it's associated appendices. Following evaluation of submitted SQ's, Habinteg anticipates shortlisting six bidders to be invited to be Invited to Submit Detailed Solutions (ISDS) under the second stage of the process. Following evaluation of received ISDS submissions, Habinteg anticipates shortlisting three tenderers to be invited to participate in Competitive Dialogue and be Invited to Submit Final Tenders (ISFT). Following evaluation of Final Tenders, Habinteg intends to award the contract for this lot to a single Contractor.
Bidders can submit a bid for this lot individually, or for both Lot 1 and Lot 2 and at the discretion of Habinteg, be awarded both lots if Habinteg consider this to be the most economically advantageous option.
Habinteg reserve the option to request the successful bidder for lot 2 to support delivery elsewhere in the country from time to time. This will be discussed in more detail at CD.
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: 16000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 114
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:
There is an option to extend the contract by up to a further 4.5 years following the initial 5 year term.
Habinteg reserve the option to request the successful bidder for lot 2 to support delivery elsewhere in the country from time to time. This will be discussed in more detail at CD.
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 Contracts; 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 documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As detailed in the procurement documents
Minimum level(s) of standards possibly required:  
As detailed in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As detailed in the procurement documents
Minimum level(s) of standards possibly required:  
As detailed in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As detailed in the procurement documents

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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/12/2023
Local time:  12:00
IV.2.3)

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

Date: 07/02/2024
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 : 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 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 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 standstill 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