Opportunity

RHP - Asset Management Contracts

  • RHP

F02: Contract notice

Notice reference: 2022/S 000-006217

Published 7 March 2022, 6:09pm



Section one: Contracting authority

one.1) Name and addresses

RHP

8 Waldegrave Road

Teddington

TW11 8GT

Contact

Sharon Hunt

Email

sharon@echelonconsultancy.co.uk

Telephone

+44 01707339800

Country

United Kingdom

NUTS code

UKI75 - Hounslow and Richmond upon Thames

National registration number

5345282

Internet address(es)

Main address

https://www.rhp.org.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

one.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=44469&B=ECHELON

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

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

RHP - Asset Management Contracts

Reference number

ECH1122

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

RHP is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of repairs, voids, planned work (planned works is an option year on year), 3* gas, gas and electric compliance words across its stock. The contract is being procured as three Lots; Lot 1 - repairs, voids and planned works, Lot 2 - 3* gas, gas and electric compliance and Lot 3 - integrated asset management contract (combination of Lots 1 & 2). Participants can apply for all or any of Lots 1 to 3. Participants should note that if Lot 3 is awarded, Lots 1 and 2 will not be awarded and if Lots 1 & 2 are awarded as separate contracts then Lot 3 will not be awarded

two.1.5) Estimated total value

Value excluding VAT: £154,950,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contract is being procured as 3 Lots; Lot 1 - repairs, voids and planned works, Lot 2 - 3* gas, gas & electric compliance and Lot 3 - integrated asset management contract (Lots 1 & 2 combined). Participants can apply for all or any of Lots 1 to 3. If Lot 3 is awarded, Lots 1 and 2 will not be awarded and if Lots 1 and 2 are awarded as separate contracts then Lot 3 will not be awarded

two.2) Description

two.2.1) Title

RHP - Repairs, Voids & Planned Works Contract

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 45350000 - Mechanical installations
  • 45310000 - Electrical installation work
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45450000 - Other building completion work
  • 45451000 - Decoration work
  • 50000000 - Repair and maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 45421151 - Installation of fitted kitchens
  • 45211310 - Bathrooms construction work
  • 45421100 - Installation of doors and windows and related components
  • 90650000 - Asbestos removal services
  • 45262650 - Cladding works
  • 45261900 - Roof repair and maintenance work
  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKI75 - Hounslow and Richmond upon Thames
  • UKI - London
  • UK - United Kingdom
Main site or place of performance

Richmond-Upon-Thames

two.2.4) Description of the procurement

Lot 1- RHP is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of repairs, voids and planned work (planned works is an option year on year) across its stock, 9,273 units in Hillingdon, Hounslow, Richmond and Kingston. The contract will be awarded to a single Service Provider under 10 years Partnering Contract with the option to extend by up to a further five years. The total estimated value of the contract is c£112.5M, with additional optional works in scope which may be included at a later stage.

Lot 1 will be for the delivery of reactive repairs (24/7), works to empty properties to return them to a lettable standard and planned component replacement works (circa 200 kitchens and 40 bathrooms, optional year on year).

RHP is currently considering the creation of either a wholly owned subsidiary or joint venture for the delivery of Lot 1.

RHP is following a three-stage Competitive Dialogue procurement process in accordance with the Public Contract 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 SQ's, RHP anticipates shortlisting six bidders to be Invited to Submit Detailed Solutions under the second stage of the process. Following evaluation of received ISDS submissions, RHP anticipates shortlisting three Tenderers to be invited to participate in Competitive Dialogue and submit Final Tenders. Following evaluation of Final Tenders, RHP intends to award the contract to two single contractors for Lots 1 & 2 as separate contracts or Lot 3 to a single contractor as a single contract.

Participants can apply for all or any of Lots 1 to 3. Participants should note that if Lot 3 is awarded, Lots 1 and 2 will not be awarded and if Lots 1 & 2 are awarded as separate contracts then Lot 3 will not be awarded

Full details of the requirements and instructions are included in the procurement and Tender documents.

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: £112,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

180

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

There is an option to extend the contract by up to a further five years. Option to include planned works. Option to utilise either PPP/PPV or schedule of rates. Option to create either

a wholly owned subsidiary or a joint venture.

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

Prospective bidders should note that TUPE will apply to the contract; prospective bidders are advised to seek their own independent advice about the implications of TUPE.

two.2) Description

two.2.1) Title

RHP - 3*Gas, Gas & Electric Compliance Contract

Lot No

2

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations
  • 90650000 - Asbestos removal services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 39715200 - Heating equipment
  • 39715210 - Central-heating equipment
  • 39721000 - Domestic cooking or heating equipment
  • 42131110 - Central-heating radiator valves
  • 44115200 - Plumbing and heating materials
  • 44115220 - Heating materials
  • 44620000 - Central-heating radiators and boilers and parts
  • 44621110 - Central-heating radiators
  • 44621220 - Central-heating boilers
  • 44621221 - Parts of central-heating boilers
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 50720000 - Repair and maintenance services of central heating
  • 45311100 - Electrical wiring work
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment

two.2.3) Place of performance

NUTS codes
  • UKI75 - Hounslow and Richmond upon Thames
  • UKI - London
  • UK - United Kingdom
Main site or place of performance

Richmond Upon Thames

two.2.4) Description of the procurement

Lot 2 - RHP is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of 3*gas, gas & electric compliance work across its stock, with units in Hillingdon, Hounslow, Richmond and Kingston. The contract will be awarded to a single Service Provider under 10 years Partnering Contract with the option to extend by up to a further five years. The total estimated value of the contract is c£42.45M.

Lot 2 will be for the delivery of a 3* gas contract (i.e. LGSRs, servicing and breakdowns) for domestic heating installations. Circa 6,537 properties will be covered on the 3* model. The contract also includes replacements of boilers and heating systems. There are also 12 commercial heating systems and 113 renewable heating systems that will be included in the scope of the contract. This Lot also includes electrical works including periodical testing, rewires or electrical upgrades of the properties.

RHP is following a three-stage Competitive Dialogue procurement process in accordance with the Public Contract 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 SQ's, RHP anticipates shortlisting six bidders to be Invited to Submit Detailed Solutions under the second stage of the process. Following evaluation of received ISDS submissions, RHP anticipates shortlisting three Tenderers to be invited to participate in Competitive Dialogue and submit Final Tenders. Following evaluation of Final Tenders, RHP intends to award the contract to two single contractors for Lots 1 & 2 as separate contracts or Lot 3 to a single contractor as a single contract.

Participants can apply for all or any of Lots 1 to 3. Participants should note that if Lot 3 is awarded, Lots 1 and 2 will not be awarded and if Lots 1 & 2 are awarded as separate contracts then Lot 3 will not be awarded

Full details of the requirements and instructions are included in the procurement and Tender documents.

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: £42,450,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

180

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

There is an option to extend the contract by up to a further five years.

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

Prospective bidders should note that TUPE will apply to the contract; prospective bidders are advised to seek their own independent advice about the implications of TUPE.

two.2) Description

two.2.1) Title

RHP - Integrated Asset Management Contract

Lot No

3

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 45310000 - Electrical 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
  • 45421151 - Installation of fitted kitchens
  • 45211310 - Bathrooms construction work
  • 45330000 - Plumbing and sanitary works
  • 45421100 - Installation of doors and windows and related components
  • 90650000 - Asbestos removal services
  • 45261900 - Roof repair and maintenance work
  • 45262650 - Cladding works
  • 39715200 - Heating equipment
  • 39721000 - Domestic cooking or heating equipment
  • 42131110 - Central-heating radiator valves
  • 44115200 - Plumbing and heating materials
  • 44620000 - Central-heating radiators and boilers and parts
  • 44621110 - Central-heating radiators
  • 44621220 - Central-heating boilers
  • 44621221 - Parts of central-heating boilers
  • 45232141 - Heating works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45331100 - Central-heating installation work
  • 50720000 - Repair and maintenance services of central heating
  • 45311100 - Electrical wiring work
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment

two.2.3) Place of performance

NUTS codes
  • UKI75 - Hounslow and Richmond upon Thames
  • UKI - London
  • UK - United Kingdom
Main site or place of performance

Richmond Upon Thames

two.2.4) Description of the procurement

Lot 3 - is the combination of all works as detailed in Lots 1 & 2 as an integrated asset management contract delivering repairs, voids and planned work (planned works is optional year on year), 3* gas, gas & electric compliance across its stock, 9,273 units in Hillingdon, Hounslow, Richmond and Kingston. The contract will be awarded to a single Service Provider under a 10-year Partnering Contract with the option to extend by up to a further five years. The total estimated value of the contract is c£154.950M, with additional optional works in scope which may be included at a later stage.

Work will include the delivery of reactive repairs (24/7), works to empty properties to return them to a lettable standard and planned component replacement works (circa 200 kitchens and 40 bathrooms, optional in the first year), 3* gas contract (i.e. LGSRs, servicing and breakdowns) for domestic heating installations. (with circa 6,537 properties covered on the 3* model), replacements of boilers and heating systems, 12 commercial heating systems, 113 renewable heating systems and electrical works including periodical testing, rewires or electrical upgrades of the properties

RHP is currently considering the creation of either a wholly owned subsidiary or joint venture for the delivery of Lot 3.

RHP is following a three-stage Competitive Dialogue procurement process in accordance with the Public Contract 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 SQ's, RHP anticipates shortlisting six bidders to be Invited to Submit Detailed Solutions under the second stage of the process. Following evaluation of received ISDS submissions, RHP anticipates shortlisting three Tenderers to be invited to participate in Competitive Dialogue and submit Final Tenders. Following evaluation of Final Tenders, RHP intends to award the contract to two single contractors for Lots 1 & 2 as separate contracts or Lot 3 to a single contractor as a single contract.

Participants can apply for all or any of Lots 1 to 3. Participants should note that if Lot 3 is awarded, Lots 1 and 2 will not be awarded and if Lots 1 & 2 are awarded as separate contracts then Lot 3 will not be awarded

Full details of the requirements and instructions are included in the procurement and Tender documents.

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: £154,950,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

180

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

as set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

There is an option to extend the contract by up to a further five years. Option to include planned works. Option to utilise either PPP/PPV or schedule of rates. Option to create either

a wholly owned subsidiary or a joint venture.

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

Prospective bidders should note that TUPE will apply to the contract; prospective bidders are advised to seek their own independent advice about the implications of TUPE.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the procurement and tender documents

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the procurement and Tender documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 April 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

6 May 2022

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: 9 (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 reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award the contract. Neither the Contracting Authority nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the contract.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.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)

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom