Section one: Contracting authority
one.1) Name and addresses
Incommunities Group Ltd
The Quays, Victoria Street
Shipley
BD17 7BN
Contact
Hazlin Hasan
Corporate.Procurement@incommunities.co.uk
Telephone
+44 1274257816
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Shipley:-Repair-and-maintenance-services./X855Z452K7
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Housing Association
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Commercial Works DPS
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
To support delivery of proactive and customer focussed activities, Incommunities is inviting suppliers to provide a range of construction services to support planned maintenance and regeneration objectives.
two.1.5) Estimated total value
Value excluding VAT: £45,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 50411100 - Repair and maintenance services of water meters
- 50411200 - Repair and maintenance services of gas meters
- 50411300 - Repair and maintenance services of electricity meters
- 50413100 - Repair and maintenance services of gas-detection equipment
- 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
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45312000 - Alarm system and antenna installation work
- 45312100 - Fire-alarm system installation work
- 45315300 - Electricity supply installations
- 45331220 - Air-conditioning installation work
- 45331221 - Partial air-conditioning installation work
- 45333000 - Gas-fitting installation work
- 45333100 - Gas regulation equipment installation work
- 45343000 - Fire-prevention installation works
- 45343210 - CO2 fire-extinguishing equipment installation work
- 45343230 - Sprinkler systems installation work
- 45421100 - Installation of doors and windows and related components
- 45421110 - Installation of door and window frames
- 45421111 - Installation of door frames
- 45421112 - Installation of window frames
- 45421120 - Installation of thresholds
- 45421130 - Installation of doors and windows
- 45421131 - Installation of doors
- 45421132 - Installation of windows
- 45421140 - Installation of metal joinery except doors and windows
- 45421141 - Installation of partitioning
- 45421142 - Installation of shutters
- 45421143 - Installation work of blinds
- 45422000 - Carpentry installation work
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 51000000 - Installation services (except software)
- 51110000 - Installation services of electrical equipment
- 45453100 - Refurbishment work
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The DPS Agreement is split into the categories below which indicate the individual elements.
Work Category
Building (General)
Building Refurbishment Over 15K
Building Repairs And Improvements (Max £15k)
Building Repairs and Improvements in void property (Max £15k)
Disrepair – inspection and report
Disrepair – remedial works
Thermal Comfort – Insulation including cavity wall insulation; external wall insulation; internal wall insulation
Painting & Decorating (General)
Component renewals
Windows and Doors (Pvcu)
Roof and roofline works
Kitchens
Bathrooms including wet rooms
Masonry work:
Blockwork and Brickwork
External Rendering
Groundworks including:
Asphalt Surfacing
Drainage (Land)
Landscaping and flagging
Fencing
Electrical Installation & Maintenance / Servicing
Internal Electrical Installations
External Electrical Installations
Periodic Electrical Testing – domestic properties and communal
Fire Alarm Systems
Closed Circuit TV Systems
Mechanical Services Installation
Heating (Central - Gas) Installation
Gas Installations
Air Conditioning installation
Air source Heat Pump Installation
Ground Source Heat Pump Installation
PV Solar Thermal Installation
Applicants are able to request to participate in relation to one or any number of categories and, to be clear, the SQ contains questions relevant to the individual categories and Applicants should only submit one SQ regardless of the number of categories they wish to be considered for. Note: you must respond to all questions for each category you wish to be considered for.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £45,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/X855Z452K7
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 March 2021
Local time
11:59pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 March 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 60 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shipley:-Repair-and-maintenance-services./X855Z452K7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X855Z452K7
GO Reference: GO-202132-PRO-17863103
six.4) Procedures for review
six.4.1) Review body
Incommunities Group Ltd
The Quays, Victoria Street
Shipley
BD17 7BN
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Incommunities Group Ltd
The Quays, Victoria Street
Shipley
BD17 7BN
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.