Section one: Contracting authority
one.1) Name and addresses
Mount Green Housing Association Ltd
26 Bridge Street
Leatherhead
KT22 8BZ
Contact
Procurement Team
Telephone
+44 1689885080
Fax
+44 1689885081
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.mountgreen.org.uk/
Buyer's address
https://www.mountgreen.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Faithorn Farrell TImms LLP
1 Knoll Rise, Central Court
Orpington
BR6 0JA
Contact
Procurement Team
Telephone
+44 01689885080
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
https://www.mountgreen.org.uk/
Buyer's address
https://www.mountgreen.org.uk/
Tenders or requests to participate must be submitted electronically via
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
T1-5783 MGHA Responsive Repairs, Voids and Planned Works Contract
two.1.2) Main CPV code
- 45453100 - Refurbishment work
two.1.3) Type of contract
Works
two.1.4) Short description
The works will include the delivery of Responsive Repairs, Void Refurbishment Works and Planned Works to properties owned and managed by MGHA. In addition, MGHA require Emergency Lighting testing.
two.1.5) Estimated total value
Value excluding VAT: £15,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31518200 - Emergency lighting equipment
- 45421100 - Installation of doors and windows and related components
- 44112400 - Roof
- 45453100 - Refurbishment work
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
Properties owned and managed by Mount Green Housing Association
two.2.4) Description of the procurement
The services required by this Contract, can include but are not restricted to:
- Responsive Repairs via a Price-Per-Property (PPP) model, including out-of-hours service to General Needs Properties and Independent Living Schemes.
- Responsive Repairs to communal areas, out of scope Works and garages via the NHF SoR, version 7.1.
- Void refurbishment Works via the NHF SoR, version 7.1.
- Planned Works via Basket Rates and the planned Works Module of the NHF SoR, Version 7.1.
- Cyclical maintenance
- Emergency lighting testing
- Electrical Installation Condition Testing
- PAT Testing
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £15,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that between 5 and 7 Candidates will be invited to submit an initial tender who will have achieved the highest score, out of the maximum points available in response to Part 3 - Q6.
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
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 Request to Participate 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
18 June 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 July 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: 6 (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 estimated contract value is based upon the duration of the contract term and is based upon the maximum anticipated spend.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222786.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:222786)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom