Opportunity

BeST HA Repairs and Voids Contract

  • Bespoke Supportive Tenancies Ltd

F02: Contract notice

Notice reference: 2022/S 000-017529

Published 27 June 2022, 3:41pm



Section one: Contracting authority

one.1) Name and addresses

Bespoke Supportive Tenancies Ltd

2a Sentinel House, Albert Street, Eccles,

Manchester

M30 0NJ

Contact

Maaz Ussen

Email

maaz@echelonconsultancy.co.uk

Telephone

+44 1707339800

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

07375502

Internet address(es)

Main address

https://www.bestha.co.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=45593&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=45593&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

BeST HA Repairs and Voids Contract

Reference number

Ech 1158

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

BeST Housing Association is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs and void property works. The contract will be awarded to a single Service Provider under a 10-year TPC Term Measured Contract (with a schedule of amendments) including break clauses.

BeST Housing Association is following a three-stage Competitive Dialogue procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Full details of all the requirements and how to participate are included in the procurement, SQ and Tender documents.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09310000 - Electricity
  • 31600000 - Electrical equipment and apparatus
  • 31681400 - Electrical components
  • 31681410 - Electrical materials
  • 34928120 - Barrier components
  • 34928300 - Safety barriers
  • 39141000 - Kitchen furniture and equipment
  • 39715200 - Heating equipment
  • 39715210 - Central-heating equipment
  • 44100000 - Construction materials and associated items
  • 44110000 - Construction materials
  • 44111511 - Electrical insulators
  • 44111530 - Electrical insulating fittings
  • 44221310 - Access gates
  • 44300000 - Cable, wire and related products
  • 44620000 - Central-heating radiators and boilers and parts
  • 45210000 - Building construction work
  • 45211310 - Bathrooms construction work
  • 45231221 - Gas supply mains construction work
  • 45261900 - Roof repair and maintenance work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 45312000 - Alarm system and antenna installation work
  • 45313000 - Lift and escalator installation work
  • 45314000 - Installation of telecommunications equipment
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45315100 - Electrical engineering installation works
  • 45317000 - Other electrical installation work
  • 45320000 - Insulation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331100 - Central-heating installation work
  • 45333000 - Gas-fitting installation work
  • 45333100 - Gas regulation equipment installation work
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421000 - Joinery work
  • 45421148 - Installation of gates
  • 45421151 - Installation of fitted kitchens
  • 45422000 - Carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45441000 - Glazing work
  • 45442100 - Painting work
  • 45450000 - Other building completion work
  • 45451000 - Decoration work
  • 50000000 - Repair and maintenance services
  • 50411200 - Repair and maintenance services of gas meters
  • 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
  • 50700000 - Repair and maintenance services of building installations
  • 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
  • 71314100 - Electrical services
  • 79512000 - Call centre

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester
  • UK - United Kingdom
Main site or place of performance

Manchester

two.2.4) Description of the procurement

BeST Housing Association is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs and void property works. The contract will be awarded to a single Service Provider under a 10-year TPC Term Measured Contract (with a schedule of amendments) including break clauses.

BeST Housing Association is following a three-stage Competitive Dialogue procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Full details of all the requirements and how to participate are included in the procurement, SQ and Tender documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

120

This contract is subject to renewal

No

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

TUPE may apply to this contract


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 stated 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement 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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 July 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 August 2022

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

BeST reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. BeST also reserves the right not to award the contract. Neither BeST nor any person on whose behalf of whom 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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

BeST 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