Opportunity

Progress Housing Group Repairs and Voids Contract

  • Progress Housing Group

F02: Contract notice

Notice reference: 2021/S 000-019207

Published 9 August 2021, 1:53pm



The closing date and time has been changed to:

15 November 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Progress Housing Group

Sumner House, 21 King St

Leyland

PR25 2LW

Email

maaz@echelonconsultancy.co.uk

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