Tender

Provision of cyclical redecoration and associated repairs for London, South East and Midlands.

  • PA Housing Limited

F02: Contract notice

Notice identifier: 2023/S 000-025857

Procurement identifier (OCID): ocds-h6vhtk-03f923

Published 1 September 2023, 3:04pm



Section one: Contracting authority

one.1) Name and addresses

PA Housing Limited

3 Bede Island Road

Leicester

LE2 7EA

Contact

Michele Walker

Email

michele.walker@pahousing.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://pahousing.co.uk

Buyer's address

https://pahousing.co.uk

one.3) Communication

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

https://in-tendhost.co.uk/pahousing/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/pahousing/aspx/Home

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

Provision of cyclical redecoration and associated repairs for London, South East and Midlands.

Reference number

PAPP-0547

two.1.2) Main CPV code

  • 45451000 - Decoration work

two.1.3) Type of contract

Works

two.1.4) Short description

PA Housing are going to market for a cyclical redecoration and associated repairs.

two.1.5) Estimated total value

Value excluding VAT: £21,840,000

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

London

Lot No

1

two.2.2) Additional CPV code(s)

  • 39298900 - Miscellaneous decoration items
  • 45442100 - Painting work
  • 45442110 - Painting work of buildings

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Properties within the geographical area as identified within the tender documents.

two.2.4) Description of the procurement

The works and services required by these contracts can include but are not restricted to:(1) The complete redecoration of all previously painted external surfaces and internal common parts to blocks and houses as detailed in theProperty List.(2) Renewal of fascias and soffits where required (to match existing)(3) Renewal of timber canopies where required.(4) Pre-paint repairs(5) Timber window repairs/renewals(6) Renewal of communal floor finishes where required

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: £6,720,000

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

Duration in months

84

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: 5

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

The value above is including VAT and based on the initial 7 year contract.

two.2) Description

two.2.1) Title

London and Southeast

Lot No

2

two.2.2) Additional CPV code(s)

  • 39298900 - Miscellaneous decoration items
  • 45442100 - Painting work
  • 45442110 - Painting work of buildings

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Properties owned by PA Housing in the geographical areas as identified within the tender documents.

two.2.4) Description of the procurement

The works and services required by these contracts can include but are not restricted to:(1) The complete redecoration of all previously painted external surfaces and internal common parts to blocks and houses as detailed in the Property List.(2) Renewal of fascia's and soffits where required (to match existing)(3) Renewal of timber canopies where required.(4) Pre-paint repairs(5) Timber window repairs/renewals(6) Renewal of communal floor finishes where required

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: £6,720,000

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

Duration in months

84

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: 5

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

The above contract value includes VAT and is based on the initial 7 year term.

two.2) Description

two.2.1) Title

Midlands

Lot No

3

two.2.2) Additional CPV code(s)

  • 45442100 - Painting work
  • 39298900 - Miscellaneous decoration items
  • 45442110 - Painting work of buildings

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
  • UKG3 - West Midlands
  • UKF - East Midlands (England)
Main site or place of performance

Properties owned by PA Housing in the geographical locations as identified in the tender documents.

two.2.4) Description of the procurement

The works and services required by these contracts can include but are not restricted to:(1) The complete redecoration of all previously painted external surfaces and internal common parts to blocks and houses as detailed in the Property List.(2) Renewal of fascias and soffits where required (to match existing)(3) Renewal of timber canopies where required.(4) Pre-paint repairs(5) Timber window repairs/renewals(6) Renewal of communal floor finishes where required

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: £8,400,000

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

Duration in months

84

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: 5

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

The value of the contract is including VAT and is based on the 7 year initial term.


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


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 October 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 October 2023

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.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