Contract notice

Information

Published

Expire date: 08/07/2024

External Reference: 2024-579487

FTS Reference: 2024-017773

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

CHS Group
Endurance House, Chivers Way
Histon, Cambridge
CB24 9ZR
UK
Contact person: Joe Taylor
Telephone: +44 1707339800
NUTS code:  UKH12 -  Cambridgeshire CC
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=81238&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 authority
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

1295 - Repairs, Voids, Planned and Cyclical Works
Reference number:  1295
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

CHS are seeking to appoint a single contractor to deliver their repairs, voids, planned and cyclical works programs. The contract will be for an initial 4 years, with an option to extend by a further 4 years and then a further 2 years, for a total of up to 10 years.
II.1.5)

Estimated total value

Value excluding VAT: 37000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45310000  -  Electrical installation work
45330000  -  Plumbing and sanitary works
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
45421151  -  Installation of fitted kitchens
50000000  -  Repair and maintenance services
45451000  -  Decoration work
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
90650000  -  Asbestos removal services
45421110  -  Installation of door and window frames
45421130  -  Installation of doors and windows
51000000  -  Installation services (except software)
79512000  -  Call centre
II.2.3)

Place of performance

NUTS code:  UKH12 -  Cambridgeshire CC
II.2.4)

Description of the procurement

The contract will be awarded to a single Service Provider under a 4-year contract (with extensions of 4 years and 2 years possible). The estimated annual value of the Contract is c. £3.7m.
CHS is following a Restricted 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, CHS anticipates shortlisting up to five bidders to be Invited to Tender under the second stage of the process. CHs reserve the right to increase this by one or two, where scores are within 10 marks of the 5th place tenderer. Following evaluation of Final Tenders, CHS 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

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  70
Price  -  Weighting:  30
II.2.6)

Estimated value

Value excluding VAT: 37000000.00  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: 5
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As per the SQ questionnaire and the pre-requisite standards within.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As per the SQ questionnaire and the pre-requisite standards within.
Minimum level(s) of standards possibly required:  
As per the SQ questionnaire and the pre-requisite standards within.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As per the SQ questionnaire and the pre-requisite standards within.
Minimum level(s) of standards possibly required:  
As per the SQ questionnaire and the pre-requisite standards within.
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  30/06/2024
Local time:  12:00
IV.2.3)

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

Date: 30/07/2024
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

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
WC2A2LL
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