Section one: Contracting authority
one.1) Name and addresses
Newlon Housing Trust
Newlon House, 4 Daneland Walk, Hale Village
London
N17 9FE
Contact
Sharon Hunt
sharon@echelonconsultancy.co.uk
Telephone
+44 01707339800
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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=81426&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=81426&B=ECHELON
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
Newlon Housing Trust - Repairs and Voids Contract
Reference number
ECH1279
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Newlon Housing Trust is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of repairs and voids (with the option to include planned work) across its stock covering Barking & Dagenham, Camden, Enfield, Epping Forest, Hackney, Haringey, Havering, Islington, Newham, Redbridge, Tower Hamlets and Waltham Forest and Wealdon DC. Newlon have decided to use the procurement process to determine whether to award to a single service provider covering the entire stock, or two service providers each covering approx half of the stock. The contract will be a TAC-1 form of Contract, for an initial period of 10 years with an option to extend for a further 5 years. 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: £150,000,000
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: 1
two.2) Description
two.2.1) Title
Newlon Housing Trust - Repairs and Voids Contract - Patch 1
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45211310 - Bathrooms construction work
- 45261900 - Roof repair and maintenance work
- 45262100 - Scaffolding work
- 45262650 - Cladding works
- 45310000 - Electrical installation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45421100 - Installation of doors and windows and related components
- 45421151 - Installation of fitted kitchens
- 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
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
London
two.2.4) Description of the procurement
This lot (Patch 1) will cover 4543 properties in the following areas:
Barking & Dagenham (11), Camden (679), Enfield (649), Epping Forest (1), Haringey (1417), Havering (3), Newham (7), Redbridge (82), Tower hamlets (1273), Waltham Forest (420), Wealden DC (1).
Work will be for responsive repairs and voids with the option to include planned works.
Newlon 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, Newlon anticipates shortlisting six bidders (per lot) to be Invited to Submit Detailed Solutions under the second stage of the process. Following evaluation of received ISDS submissions, Newlon anticipates shortlisting three Tenderers (per lot) to be invited to participate in Competitive Dialogue and submit Final Tenders. Following evaluation of Final Tenders, depending on the lot decision made prior at ISDS stage, Newlon 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.
Bidders should also note that Lots 1 and 2 can not be awarded to the same supplier, if, following the process, the same supplier is successful for both lot 1 and lot 2 they will be asked to choose their preferred lot and step aside on the second lot, which will be awarded to the supplier in second place.
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: £75,000,000
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: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend the contract for a further 5 years.
There is the option to include Planned Works.
There is an option to look at various commercial models.
Bidders should also note that Lots 1 and 2 can not be awarded to the same supplier, if, following the process, the same supplier is successful for both lot 1 and lot 2 they will be asked to choose their preferred lot and step aside on the second lot, which will be awarded to the supplier in second place.
Dependent on the decision made, Newlon reserve the right to be able to issue work across lot 1 and lot 2 to the supplier in the alternative lot should they desire.
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.
Participants can apply for all or any of Lots 1 to 3. Newlon anticipate making the final decision on the lot structure at ISDS stage, but reserve the right to make this decision at any stage of the process.
two.2) Description
two.2.1) Title
Newlon Housing Trust - Repairs and Voids Contract - Patch 2
Lot No
2
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45211310 - Bathrooms construction work
- 45261900 - Roof repair and maintenance work
- 45262100 - Scaffolding work
- 45262650 - Cladding works
- 45310000 - Electrical installation work
- 45330000 - Plumbing and sanitary works
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45421100 - Installation of doors and windows and related components
- 45421151 - Installation of fitted kitchens
- 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
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UK - United Kingdom
Main site or place of performance
London
two.2.4) Description of the procurement
This lot (Patch 2) will cover 4921 properties in the following areas:
Hackney (2773), Haringey (57), Islington (2091)
Work will be for responsive repairs and voids with the option to include planned works.
Newlon 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, Newlon anticipates shortlisting six bidders (per lot) to be Invited to Submit Detailed Solutions under the second stage of the process. Following evaluation of received ISDS submissions, Newlon anticipates shortlisting three Tenderers (per lot) to be invited to participate in Competitive Dialogue and submit Final Tenders. Following evaluation of Final Tenders, depending on the lot decision made at ISDS stage, Newlon 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
Bidders should also note that Lots 1 and 2 can not be awarded to the same supplier, if, following the process, the same supplier is successful for both lot 1 and lot 2 they will be asked to choose their preferred lot and step aside on the second lot, which will be awarded to the supplier in second place.
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: £75,000,000
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: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend the contract for a further 5 years.
There is the option to include Planned Works.
There is an option to look at various commercial models.
Bidders should also note that Lots 1 and 2 can not be awarded to the same supplier, if, following the process, the same supplier is successful for both lot 1 and lot 2 they will be asked to choose their preferred lot and step aside on the second lot, which will be awarded to the supplier in second place.
Dependent on the decision made, Newlon reserve the right to be able to issue work across lot 1 and lot 2 to the supplier in the alternative lot should they desire.
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.
Participants can apply for all or any of Lots 1 to 3. Newlon anticipate making the final decision on the lot structure at ISDS stage, but reserve the right to make this decision at any stage of the process.
two.2) Description
two.2.1) Title
Newlon Housing Trust - Repairs and Voids Contract - All stock
Lot No
3
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45211310 - Bathrooms construction work
- 45261900 - Roof repair and maintenance work
- 45262100 - Scaffolding work
- 45262650 - Cladding works
- 45310000 - Electrical installation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45421100 - Installation of doors and windows and related components
- 45421151 - Installation of fitted kitchens
- 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
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
London
two.2.4) Description of the procurement
Work under this lot will cover the entire housing stock - lot 1 and lot 2 combined, consisting of 9464 properties across Barking & Dagenham, Camden, Enfield, Epping Forest, Hackney, Haringey, Havering, Islington, Newham, Redbridge, Tower Hamlets, Waltham Forest and Wealdon DC, carrying out repairs and voids work with the option to include planned works.
Newlon 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, Newlon anticipates shortlisting six bidders (per lot) to be Invited to Submit Detailed Solutions under the second stage of the process. Following evaluation of received ISDS submissions, Newlon anticipates shortlisting three Tenderers (per lot) to be invited to participate in Competitive Dialogue and submit Final Tenders. Following evaluation of Final Tenders, depending on the lot decision made at ISDS stage, Newlon 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
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: £150,000,000
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: No
two.2.11) Information about options
Options: Yes
Description of options
There is an option to extend the contract for a further 5 years.
There is the option to include Planned Works.
There is an option to look at various commercial models.
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.
Participants can apply for all or any of Lots 1 to 3. Newlon anticipate making the final decision on the lot structure at ISDS stage, but reserve the right to make this decision at any stage of the process.
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
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
10 June 2024
Local time
12:00pm
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Newlon reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. Newlon also reserves the right not to award the contract. Neither Newlon 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.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom