Tender

Connexus Major Asset Works Framework

  • Connexus Homes Limited

F02: Contract notice

Notice identifier: 2023/S 000-024084

Procurement identifier (OCID): ocds-h6vhtk-03f06d

Published 16 August 2023, 4:51pm



Section one: Contracting authority

one.1) Name and addresses

Connexus Homes Limited

The Gateway, The Auction Yard

Craven Arms

SY7 9BW

Contact

Jayne Bissell

Email

jayne.bissell@connexus-group.co.uk

Telephone

+44 3332313233

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

http://www.connexus-group.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA7601

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Other type

Housing Association

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Connexus Major Asset Works Framework

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Connexus is looking to establish a Major Asset Works Framework over a 4-year term for the provision of principal contractor services.

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

Major Asset Works across Shropshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 45223200 - Structural works
  • 45421151 - Installation of fitted kitchens
  • 45421100 - Installation of doors and windows and related components
  • 45421130 - Installation of doors and windows
  • 44230000 - Builders' carpentry
  • 45420000 - Joinery and carpentry installation work
  • 45421000 - Joinery work
  • 45000000 - Construction work
  • 45260000 - Roof works and other special trade construction works
  • 45410000 - Plastering work
  • 45400000 - Building completion work
  • 45351000 - Mechanical engineering installation works

two.2.3) Place of performance

NUTS codes
  • UKG22 - Shropshire CC
Main site or place of performance

Across Shropshire

two.2.4) Description of the procurement

Connexus is looking to establish a Major Asset Works Framework over a 4-year term for the provision of Principal Contractor Services for the delivery of the following elements of work;

- Damp/mould/condensation

- Structural

- Decent Homes

- Windows/Doors

- Roofing

- M&E

- Plastering

- Carpentry

- Groundworks

- Construction- single storey (for example single storey extensions)

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

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years

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 tender is split into two lots.

Both lots will be assessed separately. Tenderers can bid for one or both lots and can be awarded Lot 1, Lot 2 or both.

two.2) Description

two.2.1) Title

Major Asset Works across Herefordshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 45223200 - Structural works
  • 45421151 - Installation of fitted kitchens
  • 45421100 - Installation of doors and windows and related components
  • 45421130 - Installation of doors and windows
  • 44230000 - Builders' carpentry
  • 45420000 - Joinery and carpentry installation work
  • 45421000 - Joinery work
  • 45000000 - Construction work
  • 45260000 - Roof works and other special trade construction works
  • 45410000 - Plastering work
  • 45400000 - Building completion work
  • 45351000 - Mechanical engineering installation works

two.2.3) Place of performance

NUTS codes
  • UKG11 - Herefordshire, County of
Main site or place of performance

Across Herefordshire

two.2.4) Description of the procurement

Connexus is looking to establish a Major Asset Works Framework over a 4-year term for the provision of Principal Contractor Services for the delivery of the following elements of work;

- Damp/mould/condensation

- Structural

- Decent Homes

- Windows/Doors

- Roofing

- M&E

- Plastering

- Carpentry

- Groundworks

- Construction- single storey (for example single storey extensions)

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

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years.

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 tender is split into two lots.

Both lots will be assessed separately. Tenderers can bid for one or both lots and can be awarded Lot 1, Lot 2 or both.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

In accordance with Regulations 58-60 of the Public Contracts Regulations 2015 as set out in the ITT.

three.1.3) Technical and professional ability

List and brief description of selection criteria

In accordance with Regulations 58-60 of the Public Contracts Regulations 2015 as set out in the ITT.

three.2) Conditions related to the contract

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

Open 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: 10

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

15 September 2023

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

15 September 2023

Local time

12:00pm

Information about authorised persons and opening procedure

As per Connexus' Standing Orders and Financial Regulations


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

six.3) Additional information

Contractors should be Constructionline Accredited to silver level band at time of award of this contract.

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=230071.

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:230071)

Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=230071]]

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum ten calendar day standstill period at the point of information on the award of the Contract(s) to be awarded at conclusion of the procurement exercise begun by publication of the contract notice is communicated to tenderers. The Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court (England, Wales and Northern Ireland). Generally, any such action much be brought within thirty days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the contract(s) have not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract(s) have been entered into the court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the contract to be ‘ineffective’.

six.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

Telephone

+44 2072761234

Country

United Kingdom