Section one: Contracting authority
one.1) Name and addresses
The Pioneer Housing and Community Group Limited
11 High Street, Castle Vale
Birmingham
B35 7PR
Telephone
+44 1217488100
Country
United Kingdom
NUTS code
UKG31 - Birmingham
National registration number
United Kingdom
Internet address(es)
Main address
https://www.pioneergroup.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 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
Pioneer Group Investment Works Programme
Reference number
AMDP5-21/22
two.1.2) Main CPV code
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.1.3) Type of contract
Works
two.1.4) Short description
The scope of the Contract is the provision of replacement bathrooms and windows/doors to Pioneer’s 2,460 properties.
The Contract is divided into 2 Lots:
•Lot 1 – replacement of bathrooms
•Lot 2 – replacement of windows/doors
Applicants may bid for one or both Lots.
Pioneer shall enter into separate Contracts for each Lot.
It is envisaged that the Contracts with the Successful Bidder(s) shall last for a period of 8 (eight) years in line with the Pioneer Group’s Investment Programme.
The key objectives associated with the Contracts are:
•Maintaining decent homes standards
•Demonstrating Value for Money
•Delivering a high-quality Investment Programme, on time
•Delivering measurable and sustainable social value
•Reducing the environmental impact associated with the delivery of the works and contributing towards net carbon zero by 2050
two.1.5) Estimated total value
Value excluding VAT: £11,666,666
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
two.2) Description
two.2.1) Title
Replacement of bathrooms
Lot No
1
two.2.2) Additional CPV code(s)
- 45211310 - Bathrooms construction work
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
Main site or place of performance
Birmingham
two.2.4) Description of the procurement
The scope of the Contract is the provision of replacement bathrooms to Pioneer’s 2,460 properties.
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: £5,833,333
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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:
The top 6 scoring Applicants for each Lot (out of those who pass all the Pass/Fail questions) will be invited to participate in the ITT stage.
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/N6P64YZK8U
two.2) Description
two.2.1) Title
Replacement of windows and doors
Lot No
2
two.2.2) Additional CPV code(s)
- 45421130 - Installation of doors and windows
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
Main site or place of performance
Birmingham
two.2.4) Description of the procurement
The scope of the Contract is the provision of replacement windows and doors to Pioneer’s 2,460 properties.
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: £5,833,333
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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:
The top 6 scoring Applicants for each Lot (out of those who pass all the Pass/Fail questions) will be invited to participate in the ITT stage.
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 set out in the procurement 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
Restricted procedure
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 July 2021
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2 August 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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.
This tender opportunity is being managed on behalf of the Pioneer Group by Clarity Procurement Solutions Limited. Potential Applicants wishing participate in this tender opportunity are instructed to:
Download and read the Draft Invitation to Tender Document to familiarise yourselves with Pioneer's requirements;
Download and read the Selection Questionnaire Instructions Document;
Download and complete the Selection Questionnaire Document;
Submit a completed Selection Questionnaire Document in accordance with the SQ Instructions and the stated deadline
Potential Applicants must not complete or submit the Draft Invitation to Tender Document at this stage
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N6P64YZK8U
GO Reference: GO-202162-PRO-18335920
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
he Contracting Authority will enter into this contract following a minimum 10 day calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.