Section one: Contracting authority
one.1) Name and addresses
Wakefield and District Housing Limited
Merefield House, Whistler Drive
Castleford
WF10 5HX
Contact
Mr Mark Whitehouse
Telephone
+44 1977788679
Country
United Kingdom
Region code
UKE45 - Wakefield
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 electronically via
https://procontract.due-north.com/Opportunities/Index?v=2
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
Damp Proof Remediation Works
Reference number
DN738050
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
This tender is to carry out an effective, responsive and preventative Damp proof remediation works and associated services throughout the Wakefield District and Surrounding area.
The items listed below represent typical works undertaken, please note this list is not exhaustive and may be subject to amendments
• Wood preservative treatments (including removal of wood boring insects)
• Injecting chemical Damp Proof Course
• Tanking including renewing Damp Proof Membrane
• Liquid waterproofing membrane to internal walls and floors
• Replacing damp infected plasterboard, skirting and floorboards when affected by the above items
TUPE
WDH believes that the subject matter of this tender is such that the requirements of the Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) (i.e., TUPE) may apply.
The successful tenderer must have full membership to the Property Care Association (PCA). All surveyors working on this contract must be PCA certified of Remedial Treatments (CSRT) and certified of Timber and Dampness in Buildings (CSTDB).
PLEASE NOTE: This is a pass/ fail criterion as located within Appendix 5 Standard Selection Criteria section 6.4
TENDER DOCUMENTS
Is found and located on the link below
https://procontract.due-north.com/Opportunities/Index?v=2
Damp Proof Remediation Works
two.1.5) Estimated total value
Value excluding VAT: £12,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45400000 - Building completion work
two.2.3) Place of performance
NUTS codes
- UKE45 - Wakefield
two.2.4) Description of the procurement
This tender is to carry out an effective, responsive and preventative Damp proof remediation works and associated services throughout the Wakefield District and Surrounding area.
The items listed below represent typical works undertaken, please note this list is not exhaustive and may be subject to amendments
• Wood preservative treatments (including removal of wood boring insects)
• Injecting chemical Damp Proof Course
• Tanking including renewing Damp Proof Membrane
• Liquid waterproofing membrane to internal walls and floors
• Replacing damp infected plasterboard, skirting and floorboards when affected by the above items
TUPE
WDH believes that the subject matter of this tender is such that the requirements of the Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) (i.e., TUPE) may apply.
The successful tenderer must have full membership to the Property Care Association (PCA). All surveyors working on this contract must be PCA certified of Remedial Treatments (CSRT) and certified of Timber and Dampness in Buildings (CSTDB).
PLEASE NOTE: This is a pass/ fail criterion as located within Appendix 5 Standard Selection Criteria section 6.4
TENDER DOCUMENTS
Is found and located on the link below
https://procontract.due-north.com/Opportunities/Index?v=2
Damp Proof Remediation Works
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: £12,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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
13 December 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
13 December 2024
Local time
12:05pm
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
Royal Court of Justice (or agreed alternative)
The Strand
London
WC2A 2LL
Country
United Kingdom