Section one: Contracting authority
one.1) Name and addresses
Walsall Housing Group
100 Hatherton Street
Walsall
WS1 1AB
Contact
Zain Khan
Telephone
+44 1215153831
Country
United Kingdom
NUTS code
UKG38 - Walsall
National registration number
04015633
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Walsall:-Building-installation-work./ERY4ATAP9T
Additional information can be obtained from the above-mentioned address
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
whg Planned Programme Works Contract 2022-29/32
two.1.2) Main CPV code
- 45300000 - Building installation work
two.1.3) Type of contract
Works
two.1.4) Short description
Walsall Housing Group (whg) manages around 20,000 homes, the majority of which are within the Borough of Walsall. It is looking for three partner contractors to deliver its planned programme of investment works to its Walsall properties. The contract will be divided into three geographical Lots, each of which will involve the delivery of multiple workstreams. The contract will be for an initial period of 7 years with the option of a further 3 years subject to satisfactory performance and value for money. There will also be a no-fault break clause which can be triggered annually after the first anniversary of the contract start date and with either party providing six months’ written notice.
two.1.5) Estimated total value
Value excluding VAT: £197,000,000
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
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Should the contract in respect of any lots be terminated for any reason, whg reserves the right to issue the works for that Lot to one or both of the other partner contractors.
two.2) Description
two.2.1) Title
North
Lot No
1
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45400000 - Building completion work
- 45453100 - Refurbishment work
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKG38 - Walsall
Main site or place of performance
Walsall
two.2.4) Description of the procurement
whg is looking for a single partner contractor to deliver its planned programme of investment and component replacement to around 8,200 in the northern part of Walsall Borough, including the towns of Bloxwich and Willenhall. This will be under a JCT Measured Term Contract with a schedule of amendments.
The workstreams will potentially include the following, although whg reserves the right to add or remove individual workstreams
•Pitched & Flat roofing
•Kitchen replacements
•Bathroom replacements
•Floor coverings
•Painting and Decorating
•Environmental works
•Windows
•External Doors
•Passive Fire Protection
•Electrical Works
•Property Preservation
•Scaffolding services associated with core works
•Mechanical and Electrical Works Communal Areas
•Replacement heating systems including alternative heating sources
•Adaptations including bathrooms
•General Building Works
•Asbestos removal in association with Planned works
It is anticipated that the potential value of this Lot excluding VAT and inflation of the initial seven-year period is approximately £54.5m. The potential value with a three-year contract extension excluding VAT and inflation of the additional services is £82.7m.
The successful bidder will be expected to have a current annual turnover of at least £18m. They will also be expected to obtain the following insurances:
•Employer’s Liability: £25m
•Public Liability: £25m
•Professional Indemnity: £5m
•Contractors’ All Risks: £25m
Should a contract in respect of either of the other 2 Lots be terminated for any reason, whg reserves the right to issue the work for that Lot to one or both of the other partner contractors.
In the event of a new major project requirement emerging from Homes England or Health and Safety Executive Policy change or other legislative reason or another project requiring a design and construct approach during the lifetime of the contract which would require a change to the overall programme, whg reserves the right to pursue an alternative means of sourcing the works other than issuing to the contractor for the area or Lot affected. This may involve opening up the opportunity to all 3 partner contractors or conducting a separate procurement exercise outside of this contract.
Bidders must set out how their current supply chain is established. whg reserves the right to source ‘big ticket’ materials directly in order to maximise value for money and intends to adopt this approach in relation to the supply of kitchens.
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: £82,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Option for one further term of 36 months subject to performance and value for money.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/ERY4ATAP9T
two.2) Description
two.2.1) Title
South
Lot No
2
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45400000 - Building completion work
- 45453100 - Refurbishment work
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKG38 - Walsall
Main site or place of performance
Walsall
two.2.4) Description of the procurement
whg is looking for a single partner contractor to deliver its planned programme of investment and component replacement to around 6,900 in the southern part of Walsall Borough, including the towns of Walsall and Darlaston. This will be under a JCT Measured Term Contract with a schedule of amendments.
The workstreams will potentially include the following, although whg reserves the right to add or remove individual workstreams
•Pitched & Flat roofing
•Kitchen replacements
•Bathroom replacements
•Floor coverings
•Painting and Decorating
•Environmental works
•Windows
•External Doors
•Passive Fire Protection
•Electrical Works
•Property Preservation
•Scaffolding services associated with core works
•Mechanical and Electrical Works Communal Areas
•Replacement heating systems including alternative heating sources
•Adaptations including bathrooms
•General Building Works
•Asbestos removal in association with Planned works
It is anticipated that the potential value of this Lot excluding VAT and inflation of the initial seven-year period is approximately £45.5m. The potential value with a three-year contract extension excluding VAT and inflation of the additional services is £69.0m.
The successful bidder will be expected to have a current annual turnover of at least £18m. They will also be expected to obtain the following insurances:
•Employer’s Liability: £25m
•Public Liability: £25m
•Professional Indemnity: £5m
•Contractors’ All Risks: £25m
Should a contract in respect of either of the other 2 Lots be terminated for any reason, whg reserves the right to issue the work for that Lot to one or both of the other partner contractors.
In the event of a new major project requirement emerging from Homes England or Health and Safety Executive Policy change or other legislative reason or another project requiring a design and construct approach during the lifetime of the contract which would require a change to the overall programme, whg reserves the right to pursue an alternative means of sourcing the works other than issuing to the contractor for the area or Lot affected. This may involve opening up the opportunity to all 3 partner contractors or conducting a separate procurement exercise outside of this contract.
Bidders must set out how their current supply chain is established. whg reserves the right to source ‘big ticket’ materials directly in order to maximise value for money and intends to adopt this approach in relation to the supply of kitchens.
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: £69,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Option for further term of 36 months subject to performance and value for money.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/BP7Y6T7393
two.2) Description
two.2.1) Title
East
Lot No
3
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45400000 - Building completion work
- 45453100 - Refurbishment work
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKG38 - Walsall
Main site or place of performance
Walsall
two.2.4) Description of the procurement
whg is looking for a single partner contractor to deliver its planned programme of investment and component replacement to around 4,500 in the eastern part of Walsall Borough, including the towns of Aldridge and Brownhills. This will be under a JCT Measured Term Contract with a schedule of amendments.
The workstreams will potentially include the following, although whg reserves the right to add or remove individual workstreams
•Pitched & Flat roofing
•Kitchen replacements
•Bathroom replacements
•Floor coverings
•Painting and Decorating
•Environmental works
•Windows
•External Doors
•Passive Fire Protection
•Electrical Works
•Property Preservation
•Scaffolding services associated with core works
•Mechanical and Electrical Works Communal Areas
•Replacement heating systems including alternative heating sources
•Adaptations including bathrooms
•General Building Works
•Asbestos removal in association with Planned works
It is anticipated that the potential value of this Lot excluding VAT and inflation of the initial seven-year period is approximately £30.0m. The potential value with a three-year contract extension excluding VAT and inflation of the additional services is £45.3m.
The successful bidder will be expected to have a current annual turnover of at least £18m. They will also be expected to obtain the following insurances:
•Employer’s Liability: £25m
•Public Liability: £25m
•Professional Indemnity: £5m
•Contractors’ All Risks: £25m
Should a contract in respect of either of the other 2 Lots be terminated for any reason, whg reserves the right to issue the work for that Lot to one or both of the other partner contractors.
In the event of a new major project requirement emerging from Homes England or Health and Safety Executive Policy change or other legislative reason or another project requiring a design and construct approach during the lifetime of the contract which would require a change to the overall programme, whg reserves the right to pursue an alternative means of sourcing the works other than issuing to the contractor for the area or Lot affected. This may involve opening up the opportunity to all 3 partner contractors or conducting a separate procurement exercise outside of this contract.
Bidders must set out how their current supply chain is established. whg reserves the right to source ‘big ticket’ materials directly in order to maximise value for money and intends to adopt this approach in relation to the supply of kitchens.
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: £45,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Option for further term of 36 months subject to performance and value for money.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/A6U63KR26N
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Tenderers will be required to set out within their tender submissions how they will address the expectations of whg in relation to the objectives of the programme.
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
Restricted procedure
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
23 September 2021
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Bidders must use the web link provided in this Notice to access the Selection Questionnaire.
Bidders must complete the Selection Questionnaire, using the information provided in this Notice as guidance.
The Contracting Authority reserves the right to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process or to award only a part or parts of any contract reserving the right to cancel or awarding part or parts of this contract.
The Contracting Authority shall not be liable for any cost or expense incurred by operators in connection with the completion and return of information requested in this Contract Notice.
Economic operators are asked to note that the provisions of the Transfer of Undertaking (Protection of Employment) Regulations 2014 may apply.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Walsall:-Building-installation-work./ERY4ATAP9T
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ERY4ATAP9T
GO Reference: GO-2021823-PRO-18783154
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2 2LL
Telephone
+44 2079476000
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2 2LL
Telephone
+44 2079476000
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
ARK Consultancy Limited
84 Spencer Street
Birmingham
B18 6DS
Telephone
+44 1215153831
Country
United Kingdom