Contract notice

Information

Published

Expire date: 08/05/2024

External Reference: 2024-599461

FTS Reference: 2024-011263

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Citizen Housing Group Limited
4040 Lakeside
Birmingham
B37 7YN
UK
Contact person: Joe Taylor
Telephone: +44 1707339800
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
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=77371&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

Regional or local agency/office
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Citizen Housing Group Limited - Home Health Safety Checks
Reference number:  1237
II.1.2)

Main CPV code

71314100  -  Electrical services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Citizen Housing is looking to appoint two contractors to deliver a complete compliance service to their stock across two geographical lots.
II.1.5)

Estimated total value

Value excluding VAT: 100000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Citizen reserves the right to award both lots to one contractor, dependent on the outcome of the tender process.
II.2)

Description

II.2.1)

Title

Birmingham, Hereford and Worcester
Lot No:  1
II.2.2)

Additional CPV code(s)

31200000  -  Electricity distribution and control apparatus
31210000  -  Electrical apparatus for switching or protecting electrical circuits
31211000  -  Boards and fuse boxes
31212000  -  Circuit breakers
31213000  -  Distribution equipment
31214000  -  Switchgear
31214500  -  Electric switchboards
31216000  -  Lightning arrestors
31600000  -  Electrical equipment and apparatus
31680000  -  Electrical supplies and accessories
31681000  -  Electrical accessories
31681400  -  Electrical components
31682000  -  Electricity supplies
39710000  -  Electrical domestic appliances
39715000  -  Water heaters and heating for buildings; plumbing equipment
39720000  -  Non-electric domestic appliances
42160000  -  Boiler installations
44100000  -  Construction materials and associated items
44111500  -  Insulators and insulating fittings
44111530  -  Electrical insulating fittings
44130000  -  Sewer mains
50531100  -  Repair and maintenance services of boilers
50531200  -  Gas appliance maintenance services
50532000  -  Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532400  -  Repair and maintenance services of electrical distribution equipment
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50720000  -  Repair and maintenance services of central heating
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
51112000  -  Installation services of electricity distribution and control equipment
65100000  -  Water distribution and related services
65210000  -  Gas distribution
65310000  -  Electricity distribution
65320000  -  Operation of electrical installations
71317200  -  Health and safety services
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
71632000  -  Technical testing services
II.2.3)

Place of performance

NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
II.2.4)

Description of the procurement

Scope of services as per procurement 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: 67000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:  
Initial term of 5 years (60 months), with an option to extend to 10 years (120 months)
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)

Description

II.2.1)

Title

Coventry
Lot No:  2
II.2.2)

Additional CPV code(s)

31200000  -  Electricity distribution and control apparatus
31210000  -  Electrical apparatus for switching or protecting electrical circuits
31211000  -  Boards and fuse boxes
31212000  -  Circuit breakers
31213000  -  Distribution equipment
31214000  -  Switchgear
31214500  -  Electric switchboards
31216000  -  Lightning arrestors
31600000  -  Electrical equipment and apparatus
31680000  -  Electrical supplies and accessories
31681000  -  Electrical accessories
31681400  -  Electrical components
31682000  -  Electricity supplies
39710000  -  Electrical domestic appliances
39715000  -  Water heaters and heating for buildings; plumbing equipment
39720000  -  Non-electric domestic appliances
42160000  -  Boiler installations
44100000  -  Construction materials and associated items
44110000  -  Construction materials
44111500  -  Insulators and insulating fittings
44111530  -  Electrical insulating fittings
44130000  -  Sewer mains
50531000  -  Repair and maintenance services for non-electrical machinery
50531100  -  Repair and maintenance services of boilers
50531200  -  Gas appliance maintenance services
50532000  -  Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532400  -  Repair and maintenance services of electrical distribution equipment
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50712000  -  Repair and maintenance services of mechanical building installations
50720000  -  Repair and maintenance services of central heating
51100000  -  Installation services of electrical and mechanical equipment
51110000  -  Installation services of electrical equipment
51112000  -  Installation services of electricity distribution and control equipment
65100000  -  Water distribution and related services
65200000  -  Gas distribution and related services
65300000  -  Electricity distribution and related services
65310000  -  Electricity distribution
65320000  -  Operation of electrical installations
71317200  -  Health and safety services
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
71632000  -  Technical testing services
II.2.3)

Place of performance

NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
II.2.4)

Description of the procurement

Scope of services as per procurement 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: 33000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:  
Initial term of 5 years (60 months), with an option to extend to 10 years (120 months)
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.1.2)

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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:  02/05/2024
Local time:  12:00
IV.2.3)

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

Date: 13/05/2024
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

This opportunity is being conducted utilising the CPN / competitive procedure with negotiation process.
Following the conclusion of the evaluation of cost and quality of the first stage tender for those bidders that are shortlisted at SQ stage, Citizen reserve the right to award the contract(s) at this stage and not progress to the negotiation stage of the process.
This will be considered where the top ranking bidder for each lot is 10 marks clear of the 2nd placed bidder for any lot.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC2A2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Citizen 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