Section one: Contracting authority
one.1) Name and addresses
Citizen Housing Group Limited
4040 Lakeside
Birmingham
B37 7YN
Contact
Joe Taylor
joe.taylor@echelonconsultancy.co.uk
Telephone
+44 1707339800
Country
United Kingdom
Region code
UKG - West Midlands (England)
Internet address(es)
Main address
https://www.citizenhousing.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=77371&B=ECHELON
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=77371&B=ECHELON
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Citizen Housing Group Limited - Home Health Safety Checks
Reference number
1237
two.1.2) Main CPV code
- 71314100 - Electrical services
two.1.3) Type of contract
Services
two.1.4) Short description
Citizen Housing is looking to appoint two contractors to deliver a complete compliance service to their stock across two geographical lots.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Citizen reserves the right to award both lots to one contractor, dependent on the outcome of the tender process.
two.2) Description
two.2.1) Title
Birmingham, Hereford and Worcester
Lot No
1
two.2.2) Additional CPV code(s)
- 31200000 - Electricity distribution and control apparatus
- 31210000 - Electrical apparatus for switching or protecting electrical circuits
- 31211000 - Boards and fuse boxes
- 31212000 - Circuit breakers
- 31213000 - Distribution equipment
- 31214000 - Switchgear
- 31214500 - Electric switchboards
- 31216000 - Lightning arrestors
- 31600000 - Electrical equipment and apparatus
- 31680000 - Electrical supplies and accessories
- 31681000 - Electrical accessories
- 31681400 - Electrical components
- 31682000 - Electricity supplies
- 39710000 - Electrical domestic appliances
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39720000 - Non-electric domestic appliances
- 42160000 - Boiler installations
- 44100000 - Construction materials and associated items
- 44111500 - Insulators and insulating fittings
- 44111530 - Electrical insulating fittings
- 44130000 - Sewer mains
- 50531100 - Repair and maintenance services of boilers
- 50531200 - Gas appliance maintenance services
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50720000 - Repair and maintenance services of central heating
- 51100000 - Installation services of electrical and mechanical equipment
- 51110000 - Installation services of electrical equipment
- 51112000 - Installation services of electricity distribution and control equipment
- 65100000 - Water distribution and related services
- 65210000 - Gas distribution
- 65310000 - Electricity distribution
- 65320000 - Operation of electrical installations
- 71317200 - Health and safety services
- 71630000 - Technical inspection and testing services
- 71631000 - Technical inspection services
- 71632000 - Technical testing services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Scope of services as per procurement 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: £67,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term of 5 years (60 months), with an option to extend to 10 years (120 months)
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) Description
two.2.1) Title
Coventry
Lot No
2
two.2.2) Additional CPV code(s)
- 31200000 - Electricity distribution and control apparatus
- 31210000 - Electrical apparatus for switching or protecting electrical circuits
- 31211000 - Boards and fuse boxes
- 31212000 - Circuit breakers
- 31213000 - Distribution equipment
- 31214000 - Switchgear
- 31214500 - Electric switchboards
- 31216000 - Lightning arrestors
- 31600000 - Electrical equipment and apparatus
- 31680000 - Electrical supplies and accessories
- 31681000 - Electrical accessories
- 31681400 - Electrical components
- 31682000 - Electricity supplies
- 39710000 - Electrical domestic appliances
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39720000 - Non-electric domestic appliances
- 42160000 - Boiler installations
- 44100000 - Construction materials and associated items
- 44110000 - Construction materials
- 44111500 - Insulators and insulating fittings
- 44111530 - Electrical insulating fittings
- 44130000 - Sewer mains
- 50531000 - Repair and maintenance services for non-electrical machinery
- 50531100 - Repair and maintenance services of boilers
- 50531200 - Gas appliance maintenance services
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 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
- 51100000 - Installation services of electrical and mechanical equipment
- 51110000 - Installation services of electrical equipment
- 51112000 - Installation services of electricity distribution and control equipment
- 65100000 - Water distribution and related services
- 65200000 - Gas distribution and related services
- 65300000 - Electricity distribution and related services
- 65310000 - Electricity distribution
- 65320000 - Operation of electrical installations
- 71317200 - Health and safety services
- 71630000 - Technical inspection and testing services
- 71631000 - Technical inspection services
- 71632000 - Technical testing services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Scope of services as per procurement 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: £33,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial term of 5 years (60 months), with an option to extend to 10 years (120 months)
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.1.2) 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.1.8) 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
2 May 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 May 2024
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: 12 (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
This opportunity is being conducted utilising the CPN / competitive procedure with negotiation process.
Following the conclusion of the evaluation of cost and quality of the first stage tender for those bidders that are shortlisted at SQ stage, Citizen reserve the right to award the contract(s) at this stage and not progress to the negotiation stage of the process.
This will be considered where the top ranking bidder for each lot is 10 marks clear of the 2nd placed bidder for any lot.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Citizen 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