Section one: Contracting authority
one.1) Name and addresses
Red Kite Community Housing
Windsor Court, Kingsmead Business Park
High Wycombe
HP11 1JU
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://redkitehousing.org.uk/
Buyer's address
https://redkitehousing.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Faithorn Farrell TImms LLP
1 Knoll Rise, Central Court
Orpington
BR6 0JA
Contact
Procurement Team
Telephone
+44 1689885080
Country
United Kingdom
NUTS code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
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
T1-5978 Red Kite Community Housing Planned Works Framework
two.1.2) Main CPV code
- 45453100 - Refurbishment work
two.1.3) Type of contract
Works
two.1.4) Short description
The delivery of Planned Works to properties owned and managed by Red Kite.
two.1.5) Estimated total value
Value excluding VAT: £33,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Window and Door Replacements
Lot No
2
two.2.2) Additional CPV code(s)
- 45421100 - Installation of doors and windows and related components
- 45421110 - Installation of door and window frames
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Properties owned and managed by Red Kite Community Housing
two.2.4) Description of the procurement
Window and door renewals to both communal areas and individual dwellings, which may include PVCu or timber, as appropriate. This will also include any associated repairs and making good with the window and door replacements. This Lot may also include fire door upgrades.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6.
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) Description
two.2.1) Title
Roof Renewal Works
Lot No
3
two.2.2) Additional CPV code(s)
- 44112400 - Roof
- 45260000 - Roof works and other special trade construction works
- 45261410 - Roof insulation work
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Properties owned and managed by Red Kite Community Housing
two.2.4) Description of the procurement
Roofing replacement works, including flat and pitched roofing works and renewals of fascia’s, soffit’s, gutters and rainwater goods. This Lot may also include general building works associated with chimneys, brickwork and carpentry.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £6,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6.
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) Description
two.2.1) Title
Fire Remedial Works
Lot No
4
two.2.2) Additional CPV code(s)
- 44221220 - Fire doors
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Properties owned and managed by Red Kite Community Housing
two.2.4) Description of the procurement
Fire door upgrades, fire stopping, fire partitions, fire breaks and other associated fire remedial works within communal areas, roof spaces and domestic properties.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6.
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) Description
two.2.1) Title
Electrical Works
Lot No
5
two.2.2) Additional CPV code(s)
- 31220000 - Electrical circuit components
- 31681300 - Electrical circuits
- 39715100 - Electric instantaneous or storage water heaters and immersion heaters
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Properties owned and managed by Red Kite Community Housing
two.2.4) Description of the procurement
Electrical works including storage heater replacements, domestic electrical rewires, Customer Consumer Unit upgrades and may also include EICR testing, communal lighting replacement and general domestic electrical repairs
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £3,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6.
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) Description
two.2.1) Title
Packaged works
Lot No
1
two.2.2) Additional CPV code(s)
- 45453000 - Overhaul and refurbishment work
- 45453100 - Refurbishment work
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
- 45261410 - Roof insulation work
- 45320000 - Insulation work
- 44112400 - Roof
- 45260000 - Roof works and other special trade construction works
- 45421100 - Installation of doors and windows and related components
- 31220000 - Electrical circuit components
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Properties owned and managed by Red Kite Community Housing
two.2.4) Description of the procurement
This Lot may include; structural repairs; general building works; kitchen replacements; bathroom replacements; domestic electrical works and pipe upgrades. In addition, this lot will include packaged works to one or more blocks which may include a combination of works from more than one of the other Lots 2-5, for example, roof renewal works, concrete repairs and window replacement works to a block or series of individual properties. This lot will also include External Wall Insulation Works.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £7,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6.
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) Description
two.2.1) Title
Responsive Repairs (Silent Lot)
Lot No
7
two.2.2) Additional CPV code(s)
- 45453100 - Refurbishment work
- 45453000 - Overhaul and refurbishment work
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Properties owned and managed by Red Kite Community Housing
two.2.4) Description of the procurement
The purpose of this Lot is to provide back-up services to the existing repairs contractor and will only be used if it is required. This will therefore be a contingency Lot only.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £7,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6.
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
This Lot will be used as a contingency to support the main contractor who provides this service. The estimated value is based upon the estimated annual value of the repairs service over the duration of the framework term. It is likely that the values associated with this Lot will not mirror those contained within the Contract Notice due to the contingency nature of the Lot.
two.2) Description
two.2.1) Title
Void Refurbishment Works (Silent Lot)
Lot No
6
two.2.2) Additional CPV code(s)
- 45453000 - Overhaul and refurbishment work
- 45453100 - Refurbishment work
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Properties owned and managed by Red Kite Community Housing
two.2.4) Description of the procurement
The purpose of this Lot is to provide back-up services to the existing voids contractor and will only be used if it is required. This will therefore be a contingency Lot only.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £5,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6.
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
This Lot will be used as a contingency to support the main contractor who provides this service. The estimated value is based upon the estimated annual value for void refurbishments over the duration of the framework term. It is likely that the values associated with this Lot will not mirror those contained within the Contract Notice due to the contingency nature of the Lot.
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 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 28
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
13 September 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 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: 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
The details regarding the call off procedure are set out within the draft tender documents.
Red Kite reserves the right to:
a. amend, add to or withdraw all, or any part of this procurement and the right to terminate this procurement process at any time; and
b. not enter into any agreement for some, or all of the services for which the tenderers are invited to tender.
Red Kite shall not be responsible for the costs of any tenderer in any circumstances.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=223573.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:223573)
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 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