Tender

A2Dominion Cyclical Works

  • A2Dominion Housing Group Limited

F02: Contract notice

Notice identifier: 2022/S 000-029238

Procurement identifier (OCID): ocds-h6vhtk-03767d

Published 17 October 2022, 5:13pm



Section one: Contracting authority

one.1) Name and addresses

A2Dominion Housing Group Limited

The Point, 37 North Wharf Road

London

W2 1BD

Contact

Ms Lynn Bekir

Email

lynnbekir@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.a2dominion.co.uk

Buyer's address

http://www.a2dominion.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/

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/

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

A2Dominion Cyclical Works

Reference number

DN636279

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The works will include the delivery of cyclical works and associated planned refurbishment works in relation to redecoration works, window and door replacements, roofing works and any other items A2Dominion (A2D) deem appropriate. Thermal improvement works and net zero cardon works may also form part of the Contract, but A2D reserve the right to deliver these via a separate delivery mechanism.

Value range: £117.5m-£132.5m

two.1.5) Estimated total value

Value excluding VAT: £141,500,000

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

Lot 1 - Central

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The Central Region, as detailed in the procurement documents.

two.2.4) Description of the procurement

The works will include the delivery of cyclical works and associated planned refurbishment works in relation to redecoration works, window and door replacements, roofing works and any other items A2Dominion (A2D) deem appropriate. Thermal improvement works and net zero cardon works may also form part of the Contract, but A2D reserve the right to deliver these via a separate delivery mechanism.

Value range: £40m-£45m

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £48,000,000

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

Duration in months

132

This contract is subject to renewal

Yes

Description of renewals

The term stated above is the maximum term of 11 years.

It is intended that the contracts will commence in April 2023 and run for a period of five years with the option for renewal, as decided by A2DG. This renewal will be as follows:

At the end of year three a two-year renewal will be considered relating to years six and seven. If awarded this will take the contract term to seven years.

At the end of year five a two-year renewal will be considered in relation to years eight and nine. If awarded this will take the contract term to nine years.

At the end of year seven a two-year renewal will be considered in relation to years ten and eleven. If awarded this will take the contract term to eleven years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

It is envisaged that the client will Invite the following number of Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6:

A minimum of five Candidates and an envisaged maximum of seven Candidates

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

Candidates are to note that they may submit for one, multiple or all lots at this stage.

However; Candidates are to also note that the client reserves the right to limit the number of lots awarded to any given Tenderer, regardless of the outcome of the tender evaluation.

At Tender Stage each Provider will be required to confirm the Lots they are applying for, along with the Lot preference. The Lot preference will relate to instances where a Provider applies and is successful across multiple Lots.

A Provider can only be the successful Provider within 1 Lot.

A Provider may also be appointed as the reserve for one Lot (if they have been successful outright in another Lot), or for a maximum of two Lots (if they have not been successful outright in another Lot).

To be clear, a Provider may be appointed to a maximum of two Lots, but may only be the successful Provider in one Lot.

All values shown above are based upon the maximum term of the Contract and are indicative.

two.2) Description

two.2.1) Title

Lot 2 - East

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The East Region, as detailed in the procurement documents.

two.2.4) Description of the procurement

The works will include the delivery of cyclical works and associated planned refurbishment works in relation to redecoration works, window and door replacements, roofing works and any other items A2Dominion (A2D) deem appropriate. Thermal improvement works and net zero cardon works may also form part of the Contract, but A2D reserve the right to deliver these via a separate delivery mechanism.

Value range: £22m-£27m

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £63,800,000

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

Duration in months

132

This contract is subject to renewal

Yes

Description of renewals

The term stated above is the maximum term of 11 years.

It is intended that the contracts will commence in April 2023 and run for a period of five years with the option for renewal, as decided by A2DG. This renewal will be as follows:

At the end of year three a two-year renewal will be considered relating to years six and seven. If awarded this will take the contract term to seven years.

At the end of year five a two-year renewal will be considered in relation to years eight and nine. If awarded this will take the contract term to nine years.

At the end of year seven a two-year renewal will be considered in relation to years ten and eleven. If awarded this will take the contract term to eleven years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

It is envisaged that the client will Invite the following number of Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6:

A minimum of five Candidates and an envisaged maximum of seven Candidates

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

Candidates are to note that they may submit for one, multiple or all lots at this stage.

However; Candidates are to also note that the client reserves the right to limit the number of lots awarded to any given Tenderer, regardless of the outcome of the tender evaluation.

At Tender Stage each Provider will be required to confirm the Lots they are applying for, along with the Lot preference. The Lot preference will relate to instances where a Provider applies and is successful across multiple Lots.

A Provider can only be the successful Provider within 1 Lot.

A Provider may also be appointed as the reserve for one Lot (if they have been successful outright in another Lot), or for a maximum of two Lots (if they have not been successful outright in another Lot).

To be clear, a Provider may be appointed to a maximum of two Lots, but may only be the successful Provider in one Lot.

All values shown above are based upon the maximum term of the Contract and are indicative.

two.2) Description

two.2.1) Title

Lot 3 - West Region

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

The West Region - as detailed in the procurement documents.

two.2.4) Description of the procurement

The works will include the delivery of cyclical works and associated planned refurbishment works in relation to redecoration works, window and door replacements, roofing works and any other items A2Dominion (A2D) deem appropriate. Thermal improvement works and net zero cardon works may also form part of the Contract, but A2D reserve the right to deliver these via a separate delivery mechanism.

Value range: £27.5m-£32.5m

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £39,050,000

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

Duration in months

132

This contract is subject to renewal

Yes

Description of renewals

The term stated above is the maximum term of 11 years.

It is intended that the contracts will commence in April 2023 and run for a period of five years with the option for renewal, as decided by A2DG. This renewal will be as follows:

At the end of year three a two-year renewal will be considered relating to years six and seven. If awarded this will take the contract term to seven years.

At the end of year five a two-year renewal will be considered in relation to years eight and nine. If awarded this will take the contract term to nine years.

At the end of year seven a two-year renewal will be considered in relation to years ten and eleven. If awarded this will take the contract term to eleven 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

Candidates are to note that they may submit for one, multiple or all lots at this stage.

However; Candidates are to also note that the client reserves the right to limit the number of lots awarded to any given Tenderer, regardless of the outcome of the tender evaluation.

At Tender Stage each Provider will be required to confirm the Lots they are applying for, along with the Lot preference. The Lot preference will relate to instances where a Provider applies and is successful across multiple Lots.

A Provider can only be the successful Provider within 1 Lot.

A Provider may also be appointed as the reserve for one Lot (if they have been successful outright in another Lot), or for a maximum of two Lots (if they have not been successful outright in another Lot).

To be clear, a Provider may be appointed to a maximum of two Lots, but may only be the successful Provider in one Lot.

All values shown above are based upon the maximum term of the Contract and are indicative.


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 detailed in the procurement documents.

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: Yes

four.2) Administrative information

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

Date

17 November 2022

Local time

12:00pm

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

5 December 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

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

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Royal Courts of Justice

London

W2 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As detailed on website.

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom