Opportunity

M&E Replacement Programme

  • SELWOOD HOUSING SOCIETY LIMITED

F02: Contract notice

Notice reference: 2023/S 000-014382

Published 19 May 2023, 3:20pm



Section one: Contracting authority

one.1) Name and addresses

SELWOOD HOUSING SOCIETY LIMITED

Bryer Ash Business Park Bradford Road

TROWBRIDGE

BA148RT

Contact

Adam Challonder

Email

adam.challonder@selwoodhousing.com

Telephone

+44 1225715754

Country

United Kingdom

NUTS code

UKK15 - Wiltshire CC

Companies House

04168336

Internet address(es)

Main address

https://www.selwoodhousing.com/

Buyer's address

https://www.selwoodhousing.com/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/selwoodhousinggroup/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/selwoodhousinggroup/aspx/Home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

M&E Replacement Programme

Reference number

IT-415-53-SEL-00000053

two.1.2) Main CPV code

  • 45331000 - Heating, ventilation and air-conditioning installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Selwood Housing has identified a requirement to upgrade and replace domestic oil boilers, air Source heat pumps, and night storage heaters in several properties across its stock.

To address this Selwood Housing are seeking to appoint a single suitably qualified and experienced contractor to deliver a programme of M&E replacements.

Selwood Housing properties are situated within the Wiltshire, Somerset and Bath and Northeast Somerset geographical area.

The replacements will cover the following heating requirements for financial year 2023 - 2024:

Night Storage Heater replacements - 150

Air Source Heat Pump replacements - 70

Domestic Oil Boiler replacements - 20

The contract will run for a period of 3 years, with then an option to extend for a further 2 years.

The initial contract value is expected to be approximately £2m per annum.

The commercial submissions include a schedule of rates that bidders are required to price for at tender stage. There are also links to the MNHF 7.2 schedule of rates that bidders must submit a commercial bid for.

Future year programmes will be priced for using the submitted commercial rates in collaboration between both Selwood Housing and the successful contractor.

Further information on the tender requirement can be found in the associated tender suite, available via Intend.

two.1.5) Estimated total value

Value excluding VAT: £11,212,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

Selwood Housing properties are situated within the Wiltshire, Somerset and Bath and Northeast Somerset geographical area.

two.2.4) Description of the procurement

Selwood Housing has identified a requirement to upgrade and replace domestic oil boilers, air Source heat pumps, and night storage heaters in several properties across its stock.

To address this Selwood Housing are seeking to appoint a single suitably qualified and experienced contractor to deliver a programme of M&E replacements.

The replacements will cover the following heating requirements for financial year 2023 - 2024:

Night Storage Heater replacements - 150

Air Source Heat Pump replacements - 70

Domestic Oil Boiler replacements - 20

The commercial submissions include a schedule of rates that bidders are required to price for at tender stage. There are also links to the MNHF 7.2 schedule of rates that bidders must submit a commercial bid for.

Future year programmes will be priced for using the submitted commercial rates in collaboration between both Selwood Housing and the successful contractor.

Further information on the tender requirement can be found in the associated tender suite, available via Intend.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract will run for a period of 3 years, with then an option to extend for a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will run for a period of 3 years, with then an option to extend for a further 2 years.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

21 June 2023

Local time

1:00pm

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)

four.2.7) Conditions for opening of tenders

Date

21 June 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The Royal Institution of Chartered Surveyors

London

Country

United Kingdom