Opportunity

Connexus Responsive Repairs Tender

  • Connexus Homes Limited

F02: Contract notice

Notice reference: 2023/S 000-035600

Published 4 December 2023, 10:05am



Section one: Contracting authority

one.1) Name and addresses

Connexus Homes Limited

The Gateway, The Auction Yard

Craven Arms

SY7 9BW

Email

jayne.bissell@connexus-group.co.uk

Telephone

+44 3332313233

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

http://www.connexus-group.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA7601

one.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Other type

Housing Association

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Connexus Responsive Repairs Tender

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

The aim of this tender is to appoint contractors to deliver a responsive repairs service for Connexus.

Connexus has a Direct Labour Organisation (DLO) which undertakes the majority of responsive and void (i.e. empty home) repairs. The organisation is looking to procure a contract for a range of subcontractors to supplement the work of the DLO.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

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

General Building, Fencing and Groundworks across Shropshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 45233222 - Paving and asphalting works
  • 45233291 - Installation of bollards
  • 45233253 - Surface work for footpaths
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45431000 - Tiling work
  • 45432112 - Laying of paving
  • 45440000 - Painting and glazing work
  • 45441000 - Glazing work
  • 45442100 - Painting work
  • 45442180 - Repainting work
  • 45442190 - Paint-stripping work
  • 45450000 - Other building completion work
  • 45262500 - Masonry and bricklaying work
  • 44912400 - Kerbstones
  • 45300000 - Building installation work
  • 45421000 - Joinery work
  • 45330000 - Plumbing and sanitary works
  • 45442110 - Painting work of buildings
  • 45421100 - Installation of doors and windows and related components

two.2.3) Place of performance

NUTS codes
  • UKG22 - Shropshire CC
Main site or place of performance

Across Shropshire

two.2.4) Description of the procurement

General repairs works to tenanted and vacant properties across Shropshire, including plastering, joinery, plumbing, damp and condensation works, roofing repairs, painting and decorating, doors and windows, clearance of vacant dwellings and other general building repairs.

Additionally this lot includes works to external areas around homes and housing estates across Shropshire, including fencing, paths, steps, handrails and hardstanding.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.

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

This Lot will also include some specialist areas such as fire alarm works, communal door entry systems and TV/media repairs. The winning bidder must make sure they have resources available for these specialist areas (sub-contractors are permitted) and provide an emergency OOH response.

two.2) Description

two.2.1) Title

Drainage Works- Shropshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 45232452 - Drainage works
  • 45232451 - Drainage and surface works
  • 90491000 - Sewer survey services

two.2.3) Place of performance

NUTS codes
  • UKG22 - Shropshire CC
Main site or place of performance

Across Shropshire

two.2.4) Description of the procurement

Drainage Works to include repairs and drain clearance with an emergency out of hours response.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.

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

Roofing works- Shropshire

Lot No

3

two.2.2) Additional CPV code(s)

  • 45260000 - Roof works and other special trade construction works
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work

two.2.3) Place of performance

NUTS codes
  • UKG22 - Shropshire CC
Main site or place of performance

Across Shropshire

two.2.4) Description of the procurement

Roofing Works-mainly small to medium repairs but will include facias, soffits and barges as required.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.

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

Scaffolding- Shropshire

Lot No

4

two.2.2) Additional CPV code(s)

  • 44212310 - Scaffolding
  • 45262120 - Scaffolding erection work
  • 45262110 - Scaffolding dismantling work
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKG22 - Shropshire CC
Main site or place of performance

Across Shropshire

two.2.4) Description of the procurement

Scaffolding erection and dismantling.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.

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 winning bidder must allow in their pricing for 7-day re-inspection of scaffold if required. Evidence must also be provided in the form of a photograph of the scaffold tags following inspection.

two.2) Description

two.2.1) Title

Specialist cleaning and clearance services Shropshire

Lot No

5

two.2.2) Additional CPV code(s)

  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services
  • 90900000 - Cleaning and sanitation services
  • 90911100 - Accommodation cleaning services
  • 90920000 - Facility related sanitation services
  • 90921000 - Disinfecting and exterminating services
  • 90922000 - Pest-control services
  • 90923000 - Rat-disinfestation services
  • 90924000 - Fumigation services

two.2.3) Place of performance

NUTS codes
  • UKG22 - Shropshire CC
Main site or place of performance

Across Shropshire.

two.2.4) Description of the procurement

Pest control, cleaning and clearance, with an emergency Out of Hours response.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.

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

General Building, Fencing and Groundworks across Herefordshire

Lot No

6

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421000 - Joinery work
  • 45421100 - Installation of doors and windows and related components
  • 45400000 - Building completion work
  • 45430000 - Floor and wall covering work
  • 45431000 - Tiling work
  • 45432112 - Laying of paving
  • 45440000 - Painting and glazing work
  • 45441000 - Glazing work
  • 45442110 - Painting work of buildings
  • 45442180 - Repainting work
  • 45442190 - Paint-stripping work
  • 45450000 - Other building completion work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing
  • 45233222 - Paving and asphalting works
  • 45233253 - Surface work for footpaths
  • 45233291 - Installation of bollards
  • 44912400 - Kerbstones
  • 45330000 - Plumbing and sanitary works
  • 45262500 - Masonry and bricklaying work
  • 45442100 - Painting work

two.2.3) Place of performance

NUTS codes
  • UKG11 - Herefordshire, County of
Main site or place of performance

Across Herefordshire.

two.2.4) Description of the procurement

General repairs works to tenanted and vacant properties across Herefordshire, including plastering, joinery, plumbing, damp and condensation works, roofing repairs, painting and decorating, doors and windows, clearance of vacant dwellings and other general building repairs.

Additionally this lot includes works to external areas around homes and housing estates across Herefordshire, including fencing, paths, steps, handrails and hardstanding.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.

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

This Lot will also include some specialist areas such as fire alarm works, communal door entry systems and TV/media repairs. The winning bidder must make sure they have resources available for these specialist areas (sub-contractors are permitted) and provide an emergency OOH response.

two.2) Description

two.2.1) Title

Drainage Works- Herefordshire

Lot No

7

two.2.2) Additional CPV code(s)

  • 45232452 - Drainage works
  • 45232451 - Drainage and surface works
  • 90491000 - Sewer survey services

two.2.3) Place of performance

NUTS codes
  • UKG11 - Herefordshire, County of
Main site or place of performance

Across Herefordshire

two.2.4) Description of the procurement

Drainage Works to include repairs and drain clearance with an emergency out of hours response.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.

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

Roofing Works- Herefordshire

Lot No

8

two.2.2) Additional CPV code(s)

  • 45260000 - Roof works and other special trade construction works
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work

two.2.3) Place of performance

NUTS codes
  • UKG11 - Herefordshire, County of
Main site or place of performance

Across Herefordshire.

two.2.4) Description of the procurement

Roofing Works- mainly small to medium repairs but will include facias, soffits and barges as required.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.

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

Scaffolding- Herefordshire

Lot No

9

two.2.2) Additional CPV code(s)

  • 44212310 - Scaffolding
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work

two.2.3) Place of performance

NUTS codes
  • UKG11 - Herefordshire, County of
Main site or place of performance

Across Herefordshire.

two.2.4) Description of the procurement

Scaffolding erection and dismantling.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.

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 winning bidder must allow in their pricing for 7-day re-inspection of scaffold if required. Evidence must also be provided in the form of a photograph of the scaffold tags following inspection.

two.2) Description

two.2.1) Title

Specialist cleaning and clearance services across Herefordshire

Lot No

10

two.2.2) Additional CPV code(s)

  • 90690000 - Graffiti removal services
  • 90911100 - Accommodation cleaning services
  • 90920000 - Facility related sanitation services
  • 90921000 - Disinfecting and exterminating services
  • 90922000 - Pest-control services
  • 90923000 - Rat-disinfestation services
  • 90924000 - Fumigation services
  • 90900000 - Cleaning and sanitation services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKG11 - Herefordshire, County of
Main site or place of performance

Across Herefordshire.

two.2.4) Description of the procurement

Pest control, cleaning and clearance, with an emergency Out of Hours response.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will run for an initial period of two years, following which initial period, the contract may be extended annually up to a maximum total length of four years (i.e. to 31/03/2028) if mutually agreed between Connexus and the successful tenderers.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to provide their last two years' accounts and will also be subject to a third party credit check.

Minimum level(s) of standards possibly required

Bidders should be able to demonstrate that they have made a profit in each of the last two years and a satisfactory credit score. If a loss is reported for one or more years, or the credit score is unsatisfactory, then the Bidder must provide appropriate justification and explanation of its ability to trade and fulfil the contract, Connexus will have discretion as to whether to accept such justification and explanation and will fail any Bidder where it is not satisfied.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must provide up to 3 relevant examples of equivalent works for each Lot applied for.

Bidders must demonstrate that they have the necessary skills and trades to undertake the works listed under each Lot.

Minimum level(s) of standards possibly required

It is a condition that Bidders agree to register with Constructionline bronze membership before they can be allocated any works.

Connexus Housing Limited will exclude Bidders that have been in receipt of enforcement or remedial action orders in relation to the Health and Safety Executive unless the Bidder can demonstrate to Connexus' satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per ITT Document.

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

Open 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

12 January 2024

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 January 2024

Local time

12:00pm

Place

www.mytenders.co.uk post box facility.

Information about authorised persons and opening procedure

As per Connexus Housing Limited's Standing Orders and Financial Regulations.


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

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230810.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:230810)

Download the ESPD document here: [[https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=230810]]

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum ten calendar day standstill period at the point of information on the award of the Contract(s) to be awarded at conclusion of the procurement exercise begun by publication of the contract notice is communicated to tenderers. The Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court (England, Wales and Northern Ireland). Generally, any such action much be brought within thirty days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the contract(s) have not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract(s) have been entered into the court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the contract to be ‘ineffective’.

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

The Cabinet Office

Correspondence Team, Cabinet Office, Whitehall

London

SW1A 2AS

Telephone

+44 2072761234

Country

United Kingdom