Section one: Contracting authority
one.1) Name and addresses
Wandle
2nd Floor, Minerva House, 3-5 Montague Close
London
Se1 9BB
Contact
Chris Robinson
Telephone
+44 2076827300
Country
United Kingdom
NUTS code
UKI6 - Outer London – South
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
Repairs and Maintenance
Reference number
WHA/A/AM/21/015
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Reactive and void maintenance, major works, cyclical planned maintenance and component replacements to a defined geographical grouping of Wandle’s housing stock.
The two lots would total circa £60,000,000 (£30,000,000 per lot) as follows:
•East: Bromley, Croydon, Lambeth, Lewisham, Southwark
•West: Kingston-upon-Thames. Merton, Sutton, Wandsworth
two.1.5) Estimated total value
Value excluding VAT: £60,000,000
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
two.2) Description
two.2.1) Title
Repairs and Maintenance
Lot No
1
two.2.2) Additional CPV code(s)
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKI6 - Outer London – South
Main site or place of performance
Outer London – South
two.2.4) Description of the procurement
The requirement will be split in to two regional lots, of similar size, as previously highlighted. The scope of repairs and maintenance will include:
•Reactive Repairs on a “price per property” (PPP) model with exclusions
•Void maintenance, based on a “price per void” (PPV) model
•Major works based on schedule of rates
•Capital replacements (kitchens and bathrooms initially) based on basket rates
•Cyclical planned maintenance (electrical servicing)
The contract will be let for an initial term of ten (10) years, extendable at Wandle's sole discretion by a further period or periods of up to five (5) years, giving a total possible contract term of fifteen (15) years.
The estimated contract value for the initial ten (10) year term is £60,000,000 (broken into two lots/contracts) and the estimated value for the total possible fifteen (15) year term is £90,000,000 (broken into two lots/contracts).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £45,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 October 2022
End date
30 September 2037
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: 6
Objective criteria for choosing the limited number of candidates:
Minimum of 5 is designed to ensure competition at Stage 2 (ITT)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract term may be extended at Wandle's sole discretion by a further period or periods of up to five (5) years giving a total possible contract term of fifteen (15) years. Such extension is at Wandle's sole discretion and is subject to the successful provider's performance and continued affordability and the terms of the Contract.
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://wandle.delta-esourcing.com/respond/C29DP369EZ
two.2) Description
two.2.1) Title
Repairs and Maintenance
Lot No
2
two.2.2) Additional CPV code(s)
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKI6 - Outer London – South
Main site or place of performance
Outer London – South
two.2.4) Description of the procurement
WHA to split the requirement into regional lots of similar size. Within the scope of repairs and maintenance is likely to include:
•Reactive Repairs on a “price per property” (PPP) model with exclusions
•Void maintenance, based on a “price per void” (PPV) model
•Major works based on schedule of rates
•Capital replacements (kitchens and bathrooms initially) based on basket rates
•Cyclical planned maintenance (electrical servicing)
The contract will be let for an initial term of ten (10) years, extendable at Wandle's sole discretion by a further period or periods of up to five (5) years, giving a total possible contract term of fifteen (15) years.
The estimated contract value for the initial ten (10) year term is £60,000,000 and the estimated value for the total possible fifteen (15) year term is £90,000,000.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £45,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 October 2022
End date
30 September 2037
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: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Minimum number of 3 required to ensure competition.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract term may be extended at Wandle's sole discretion by a further period or periods of up to five (5) years giving a total possible contract term of fifteen (15) years. Such extension is at Wandle's sole discretion and is subject to the successful provider's performance and continued affordability and the terms of the Contract.
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 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 per Standard Selection Questionnaire
three.1.2) Economic and financial standing
List and brief description of selection criteria
As per Standard Selection Questionnaire
Minimum level(s) of standards possibly required
As per Standard Selection Questionnaire
three.1.3) Technical and professional ability
List and brief description of selection criteria
As per Standard Selection Questionnaire
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per specification and scope of works.
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
17 November 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 January 2022
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
Tender must be valid until: 1 September 2022
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./C29DP369EZ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C29DP369EZ
GO Reference: GO-20211018-PRO-19091672
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales, Royal Courts of Justice
The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales, Royal Courts of Justice
The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Wandle with observe a standstill period following the award of the framework agreement and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom