Section one: Contracting authority
one.1) Name and addresses
Progress Housing Group
Sumner House, 21 King St
Leyland
PR25 2LW
Telephone
+44 1707339800
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
28685
Internet address(es)
Main address
https://www.progressgroup.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=38757&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=38757&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
Progress Housing Group Repairs and Voids Contract
Reference number
1097
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Progress Housing Group is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs, void property works and planned works. The contract will be awarded to a single Service Provider under a 10-year JCT Measured Term Contract (with a schedule of amendments) with the option to extend by up to a further five years.
Progress Housing 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: £71,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 09331000 - Solar panels
- 09332000 - Solar installation
- 31625200 - Fire-alarm systems
- 35120000 - Surveillance and security systems and devices
- 39711000 - Electrical domestic appliances for use with foodstuffs
- 39713000 - Electrical domestic appliances for cleaning; smoothing irons
- 42512000 - Air-conditioning installations
- 44115500 - Sprinkler systems
- 44212381 - Cladding
- 44221220 - Fire doors
- 44221300 - Gates
- 44611500 - Water tanks
- 45211310 - Bathrooms construction work
- 45232141 - Heating works
- 45261215 - Solar panel roof-covering work
- 45261900 - Roof repair and maintenance work
- 45262650 - Cladding works
- 45262660 - Asbestos-removal work
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45312100 - Fire-alarm system installation work
- 45312320 - Television aerial installation work
- 45313000 - Lift and escalator installation work
- 45313100 - Lift installation work
- 45330000 - Plumbing and sanitary works
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45331100 - Central-heating installation work
- 45331220 - Air-conditioning installation work
- 45343100 - Fireproofing work
- 45343230 - Sprinkler systems installation work
- 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
- 45421130 - Installation of doors and windows
- 45421131 - Installation of doors
- 45421132 - Installation of windows
- 45421148 - Installation of gates
- 45421151 - Installation of fitted kitchens
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing 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
- 50720000 - Repair and maintenance services of central heating
- 50740000 - Repair and maintenance services of escalators
- 50750000 - Lift-maintenance services
- 79512000 - Call centre
- 90650000 - Asbestos removal services
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Progress Housing is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of responsive repairs, void property works and planned works across its various geographical locations. The contract will be awarded to a single Service Provider under a 10-year JCT Measured Term Contract (with a schedule of amendments) with the option to extend by up to a further five years. The estimated annual value of the Contract is c. £3.5m, but additional optional works in scope may increase the annual value by c. £1.2m to a total of c. £4.7m per annum.
Progress Housing 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. Following evaluation of submitted SQs, Progress anticipates shortlisting six bidders to be Invited to Submit Dialogue Solutions under the second stage of the process. Following evaluation of received ISDS submissions, Progress anticipates shortlisting 3 Tenderers to be invited to participate in Competitive Dialogue and submit Final Tenders. Following evaluation of Final Tenders, Progress intends to award the Contract to a single contractor.
Full details of the requirements and instructions are included in the procurement and Tender 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: £71,000,000
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
The Contract will run for an initial period of 10 years, with the option to extend by up to a further five years.
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 may apply to the contract. Prospective bidders are advised to seek their own independent advice about the implications of TUPE.
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.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
Originally published as:
Date
8 September 2021
Local time
12:00pm
Changed to:
Date
15 November 2021
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 October 2021
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: 9 (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
The Contracting Authority reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award the contract. Neither the Contracting Authority 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
The Contracting Authority 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