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
Telephone
+44 1689885080
Country
United Kingdom
Region code
UK - United Kingdom
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
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 Planned Works
Reference number
DN636276
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 planned refurbishment works in relation to kitchen and bathroom replacements, Asset Management Panel (AMP) Works, window and door replacements, roofing works and any other items A2Dominion (A2D) deem appropriate. to properties owned and managed by A2DG.
Value range: £51m-£66m
two.1.5) Estimated total value
Value excluding VAT: £66,000,000
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
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 planned refurbishment works in relation to kitchen and bathroom replacements, Asset Management Panel (AMP) Works, window and door replacements, roofing works and any other items A2Dominion (A2D) deem appropriate. to properties owned and managed by A2DG.
Value range: £17m-£22m
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £22,000,000
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 estimated contract value is based upon the maximum term.
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.
1The maximum duration of the contracts is therefore 11 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 - Q
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 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.
two.2) Description
two.2.1) Title
Lot 2 - East Region
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 planned refurbishment works in relation to kitchen and bathroom replacements, Asset Management Panel (AMP) Works, window and door replacements, roofing works and any other items A2Dominion (A2D) deem appropriate. to properties owned and managed by A2DG.
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: £27,000,000
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 estimated contract value is based upon the maximum term.
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.
The maximum duration of the contracts is therefore 11 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 - Q
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 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.
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
two.2.4) Description of the procurement
The works will include the delivery of planned refurbishment works in relation to kitchen and bathroom replacements, Asset Management Panel (AMP) Works, window and door replacements, roofing works and any other items A2Dominion (A2D) deem appropriate. to properties owned and managed by A2DG.
Value range: £12m-£17m
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £17,000,000
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 estimated contract value is based upon the maximum term.
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.
The maximum duration of the contracts is therefore 11 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 - Q
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 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.
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
14 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
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