Section one: Contracting authority
one.1) Name and addresses
Bromford
Building 1, Riverside Court
Chipping Sodbury
BS37 6JX
Contact
Mr Mike Branton
Telephone
+44 1454821065
Country
United Kingdom
NUTS code
UKG - West Midlands (England)
Internet address(es)
Main address
http://www.bromfordgroup.co.uk
Buyer's address
http://www.bromfordgroup.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/Advert/Index?advertId=fec300d1-3a5f-ec11-8110-005056b64545
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/Advert/Index?advertId=fec300d1-3a5f-ec11-8110-005056b64545
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 Aids & Adaptions Installations Works
Reference number
DN584177
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
Across its 43,000 homes, Bromford has an ongoing requirement for various aid and adaptations installation works. These works arise on a reactive ad-hoc basis, depending on the needs of the new or changing needs of the existing Customers and are therefore not planned or geographically grouped, they therefore cover the entire geographical area covered by Bromford.
These works are broadly split into the following categories:
1. Minor works installations
2. Major works installations
3. Specialist Disability Prefabricated design and build installation
4. Disabled Facility Grant works in conjunction with Local Authorities
The Contractor(s) will deliver Aids and Adaptation works as instructed in accordance with the Bromfords requirements. The Contractor(s) will be responsible for enabling works, surveys, measurement (design of specialist works), supply, installation, liaison with relevant Customers, Local Authorities, Occupational Therapists, managing planning applications, building control and other statutory requirement and other activities as required to achieve a complete compliant installation.
These works generally involve close working relationship and collaboration with the relevant Local Authorities and Occupational Therapists, in particular where all or a proportion of the works is funded by a Local Authority, e.g., through Local Authorities Disabled Facility Grants.
two.1.5) Estimated total value
Value excluding VAT: £5,500,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
For tendering purposes, Bromford’s four localities have been sub-divided into two areas, the Northern area, which makes up Lot 1, and the Southern area, which makes up Lot 2,
Tenderers are permitted to offer a proposal for each individual Lot, or for both Lots while clearly indicating which Lot would be their first-choice preference.
Bromford reserves the right to be able to award two separate Contracts, one for each Lot / area to two separate Suppliers.
two.2) Description
two.2.1) Title
Lot 1 Northern Area - Locality 1 Staffordshire & the Marches and Locality 2 Central
Lot No
1
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
• Lot 1 (North) covering, Bromford Locality 1, Staffordshire & the Marches, and Locality 2 Central.
Please see the tender Specification for more detailed information.
two.2.4) Description of the procurement
The Contractor will have the responsibility for the delivery of Aid and Adaptation works as instructed by means of an Order in accordance with the Employer’s requirements. The Contractor will be responsible for all enabling works, surveys, measurement, design, supply, installation, liaison with relevant Customers, Local Authorities, Occupational Therapists, managing planning applications, building control and other statutory requirement and other activities as required by an Order and in order to achieve a complete compliant installation.
The scope of Works will broadly include the following types of work:
These works are broadly split into the following categories:
1. Major works installations
2. Minor works installations
3. Specialist Disability Prefabricated design and build installation
4. Disabled Facility Grant works in conjunction with Local Authorities
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: £2,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
Option to extend the contract for up to a further 2 years until 30th June 2027.
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) Description
two.2.1) Title
Lot 2 Southern Area - Locality 3 North Gloucestershire and Locality 4 West of England
Lot No
2
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
• Lot 2 (South) covering, Locality 3, North Gloucestershire, and Locality 4, West of England.
Please see the tender Specification for more detailed information.
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: £2,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
Option to extend the contract for up to a further 2 years until 30th June 2027.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
19 January 2022
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 February 2022
Local time
12:00pm
Place
Online, by at least two Bromford colleagues.
Information about authorised persons and opening procedure
At least two colleagues from the Procurement department.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: New contract from circa July 2027.
six.4) Procedures for review
six.4.1) Review body
The Royal Institution of Chartered Surveyors
12 Great George Street,
London
SW1P 3AD
Country
United Kingdom