Tender

Managed Stores & Materials Replenishment Solution

  • Wakefield and District Housing Limited

F02: Contract notice

Notice identifier: 2021/S 000-022851

Procurement identifier (OCID): ocds-h6vhtk-02e0b1

Published 14 September 2021, 4:28pm



Section one: Contracting authority

one.1) Name and addresses

Wakefield and District Housing Limited

Merefield House, Whistler Drive

Castleford

WF10 5HX

Contact

Mr Paul Clarke

Email

pclarke@wdh.co.uk

Telephone

+44 1977724493

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

National registration number

RS007530

Internet address(es)

Main address

http://www.wdh.co.uk

Buyer's address

http://www.wdh.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Opportunities/Index?tabName=opportunities&resetFilter=True

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Opportunities/Index?tabName=opportunities&resetFilter=True

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

Managed Stores & Materials Replenishment Solution

Reference number

DN565571

two.1.2) Main CPV code

  • 44111000 - Building materials

two.1.3) Type of contract

Supplies

two.1.4) Short description

The provision of a managed stores & materials replenishment solution as detailed within the procurement process documentation. This is available via the proactis ProContract e-tendering system link: https://procontract.due-north.com/Opportunities/Index Use the ‘narrow your results’ facility under ‘organisations’ and click on ‘Wakefield and District Housing Limited’ to find the opportunity.

This agreement will run up to 10 years on a term of 8+2 or 8+1+1 - this will be determined by WDH, commencing 1st July 2022, reviewable annually, subject to satisfactory performance and benchmarking by WDH and the requirements of WDH.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

The provision of a managed stores & materials replenishment solution as detailed within the procurement process documentation. This is available via the proactis ProContract e-tendering system link: https://procontract.due-north.com/Opportunities/Index Use the ‘narrow your results’ facility under ‘organisations’ and click on ‘Wakefield and District Housing Limited’ to find the opportunity.

This agreement will run up to 10 years on a term of 8+2 or 8+1+1 - this will be determined by WDH, commencing 1st July 2022, reviewable annually, subject to satisfactory performance and benchmarking by WDH and the requirements of WDH..

The contracting authority is purchasing on behalf other contracting authorities, including:

Bridge Homes (Yorkshire) LLP

Merefield House, Whistler Drive, Castleford, WF10 5HX,

United Kingdom

Company number OC394414

Wakefield and District Housing Limited,

Merefield House, Whistler Drive, Castleford, WF10 5HX,

United Kingdom

http://www.wdh.co.uk/

Company number: a registered society under the Co-operative and Community Benefit Societies Act 2014 (No 7530)

WDH Solutions Limited

Merefield House, Whistler Drive, Castleford, WF10 5HX,

United Kingdom

Company number 05802087

Information relating to the award and evaluation is contained within the procurement documents.

Following evaluation of the Supplier Selection Questionnaires (SSQs) a short list of a minimum of the 3 highest scoring returns (where 3 suitable returns can be identified) and up to a maximum of 5 highest scoring returns for use in the subsequent stages of this procedure.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Contract length: Up to 10 years on a term of 8+2 or 8+1+1 - this will be determined by WDH, commencing 1st July 2022,

two.2.10) Information about variants

Variants will be accepted: Yes

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

14 October 2021

Local time

12:00pm

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: Yes

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice (or agreed alternative)

The Strand

London

WC2A 2LL

Country

United Kingdom