Contract notice

Information

Published

Expire date: 06/05/2025

External Reference: 2025-531634

FTS Reference: 2025-006461

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Watford Community Housing
59 Clarendon Road
Watford
WD17 1LA
UK
Contact person: Sharon Hunt
Telephone: +44 1707339800
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=90351&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

Maintain Framework
Reference number:  ECH1317
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Echelon Consultancy are supporting Watford Community Housing (WCH) who are seeking expressions of interest from suitably skilled and experienced Suppliers to deliver Repairs and Empty Homes works across this framework which will operate for a period of four years.
Lots are separated by region and value, with nine geographical regions (including a national region) and two value bands within each region. There is an intentional overlap between the two value bands, allowing Authorised Users the flexibility to be able to call off from either lot
The framework will be open to all UK public sector bodies (and others as detailed in the procurement documents) to access via an Access Agreement between WCH, the Supplier and Pretium Frameworks Ltd, who WCH has appointed to administer the framework on their behalf.
Full details of the scope and requirements of the Framework and the procurement process, including how to tender are included within the procurement and the tender documents.
II.1.5)

Estimated total value

Value excluding VAT: 1420000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 9
Maximum number of lots that may be awarded to one tenderer:  9
II.2)

Description

II.2.1)

Title

London - Work up to £5m
Lot No:  1a
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
90650000  -  Asbestos removal services
79512000  -  Call centre
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes up to £5m in London. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 100000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Lots 1a, 2a, 3a, 4a, 5a, 6a, 7a, 8a and 9a are envisaged to be for SME Contractors
Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

London - Work over £3m
Lot No:  1b
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes over £3m in London. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 100000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

South East and East of England - Work up to £5m
Lot No:  2a
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

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

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes up to £5m in the South East and East of England. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 150000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Lots 1a, 2a, 3a, 4a, 5a, 6a, 7a, 8a and 9a are envisaged to be for SME Contractors
Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

South East and East of England - Work over £3m
Lot No:  2b
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation installation work
45350000  -  Mechanical installations
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45421110  -  Installation of door and window frames
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

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

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes over £3m in the South East and East of England. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 150000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

West Midlands - Work up to £5m
Lot No:  3a
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261910  -  Roof repair
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

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

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes up to £5m in the West Midlands. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 100000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Lots 1a, 2a, 3a, 4a, 5a, 6a, 7a, 8a and 9a are envisaged to be for SME Contractors
Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

West Midlands - Work over £3m
Lot No:  3b
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261910  -  Roof repair
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

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

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes over £3m in the West Midlands. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 100000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

East Midlands - Work up to £5m
Lot No:  4a
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes up to £5m in the East Midlands. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 60000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Lots 1a, 2a, 3a, 4a, 5a, 6a, 7a, 8a and 9a are envisaged to be for SME Contractors
Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

East Midlands - Work over £3m
Lot No:  4b
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes over £3m in the East Midlands. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 60000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

South Wales and South West - Work up to £5m
Lot No:  5a
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
45450000  -  Other building completion work
45451000  -  Decoration work
50710000  -  Repair and maintenance services of electrical and mechanical building installations
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes up to £5m in South Wales and the South West. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 40000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Lots 1a, 2a, 3a, 4a, 5a, 6a, 7a, 8a and 9a are envisaged to be for SME Contractors
Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

South Wales and South West - Work over £3m
Lot No:  5b
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes over £3m in South Wales and the South West. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 40000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

North Wales and North West - Work up to £5m
Lot No:  6a
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation installation work
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
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
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes up to £5m in North Wales and the North West. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 40000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Lots 1a, 2a, 3a, 4a, 5a, 6a, 7a, 8a and 9a are envisaged to be for SME Contractors
Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

North Wales and North West - Work over £3m
Lot No:  6b
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes up to £5m in North Wales and the North West. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 40000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

North North West - Work up to £5m
Lot No:  7a
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes up to £5m in the North North West. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 40000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Lots 1a, 2a, 3a, 4a, 5a, 6a, 7a, 8a and 9a are envisaged to be for SME Contractors
Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

North North West - Work over £3m
Lot No:  7b
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation installation work
45351000  -  Mechanical engineering installation works
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
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes over £3m in the North North West. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 40000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

North East - Work up to £5m
Lot No:  8a
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

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

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes up to £5m in the North East. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 30000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Lots 1a, 2a, 3a, 4a, 5a, 6a, 7a, 8a and 9a are envisaged to be for SME Contractors
Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

North East - Work over £3m
Lot No:  8b
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

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

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes over £3m in the North East. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 30000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

National - Work up to £5m
Lot No:  9a
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation 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
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
45450000  -  Other building completion work
45451000  -  Decoration work
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes up to £5m across the UK nationally. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 150000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Lots 1a, 2a, 3a, 4a, 5a, 6a, 7a, 8a and 9a are envisaged to be for SME Contractors
Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.
II.2)

Description

II.2.1)

Title

National - Work over £3m
Lot No:  9b
II.2.2)

Additional CPV code(s)

45310000  -  Electrical installation work
45000000  -  Construction work
45210000  -  Building construction work
45211310  -  Bathrooms construction work
45261900  -  Roof repair and maintenance work
45262650  -  Cladding works
45262660  -  Asbestos-removal work
45321000  -  Thermal insulation work
45330000  -  Plumbing and sanitary works
45331210  -  Ventilation installation work
45350000  -  Mechanical installations
45400000  -  Building completion work
45410000  -  Plastering work
45421100  -  Installation of doors and windows and related components
45421151  -  Installation of fitted kitchens
45422000  -  Carpentry installation work
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
79512000  -  Call centre
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Work under this lot will cover all aspects of work in relation to Repairs and Empty Homes over £3m across the UK nationally. The option to include component replacements is also included.
The intent of this framework is to provide Authorised Users with a fully flexible service, that can be completely adapted to suit their requirements and includes a full up front scoping service and flexible IT support as required.
Additional services can also be included such as Call Centre provision.
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: 150000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 12
Objective criteria for choosing the limited number of candidates:
The actual number of candidates for each lot will be based on the anticipated lot value, but will be between 6 and 12, as detailed 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:
Where works have a value that falls within the overlap between the upper and lower value band for each geographical region, e.g., lot 1a and 1b, the Authorised user has the option to procure through either lot (i.e., to invite Framework Suppliers from either lot 1a or lot 1b)
For all lots, where there is insufficient interest to an expression of interest for any potential call off, the Authorised User reserves the right to approach Framework Suppliers on the adjacent lot. For example, if an expression of interest is placed under lot 1a, and there is insufficient interest expressed by Framework Suppliers in that lot, the Authorised User can then access lot 2a as an alternative. The definition of 'insufficient interest' will vary by Authorised User but will generally be defined as a minimum of three Suppliers expressing an interest for a mini-competition.
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

Suppliers can only bid for lots within the same value band.
E.g., a Supplier could bid for Lots 1a, 3a, 5a and 6a. A Supplier is not able to bid for 1a, 3b, 4b and 7a
Please refer to the Lot Bidding Form provided within the tender pack for additional information relating to Lot bidding criteria.

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 set out in the procurement 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 set out in the procurement documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  216
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:  15/04/2025
Local time:  12:00
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 all or any part of the Framework at any stage of the procurement process.
The Contracting Authority also reserves the right not to award the Framework.
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 this Framework.
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The framework is to operate across the UK and will be open to all UK public sector bodies to access via an access Agreement between Watford Community Housing (WCH), the supplier and Pretium Frameworks Ltd, who WCH has appointed to administer the framework on its behalf. The framework will comprise of 18 lots as specified in the procurement and tender documents.
It should be noted that lots 9a and 9b are National lots.
The framework will be open to but not limited to any "Authorised User", which is defined as follows:
• any entity within the same group of companies as WCH from time to time (a "WCH member");
• any entity or joint venture company that WCH or any other WCH member holds an interest in from time to time (a "WCH JV");
• any social housing provider in the United Kingdom (excluding WCH, WCH members and WCH JVS);
• any supply chain member of any social housing provider in the United Kingdom, including direct labour organisations and suppliers (excluding WCH, WCH members and WCH JVS);
• any national, regional or local health authority in the United Kingdom including, without limitation, any NHS group, and any organisation providing a service to these bodies;
• any local or regional authority in the United Kingdom (including any arms length organisation or service provider working on their behalf) delivering any public or private sector construction related projects including, without limitation, housing, education, highways and infrastructure work;
• any other "Contracting Authority" in the UK as defined in the Public Contracts Regulations 2015; and
• any service provider delivering services to any other Government Agency in the United Kingdom including, without limitation, the Ministry of Defence and the Highways Agency.
In addition, it should be noted that neither Devonshires, Pretium or Echelon shall be responsible for any changes made to the documents without the approval or engagement of the authors of the relevant documents at or prior to call off stage.
The framework is for a period of four years, but Authorised users should note that Contracts called off under the framework can themselves extend beyond the expiry of the original framework.
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.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK