Construction Tenders

Thu May 02 2024

Related Information

Construction Contract Leads

West Midlands

Category Services

Type

No. of Lots 2

Status Active

Published 8th Apr 2024

Tender Details
Referenceocds-h6vhtk-045051
Common Procurement VocabularyElectrical services
Procurement MethodCompetitive procedure with negotiation
Value£100,000,000
More Tenders »

West Midlands

Category Services

Type

No. of Lots 2

Status Active

Published 8th Apr 2024

Tender Details
Referenceocds-h6vhtk-045051
Common Procurement VocabularyElectrical services
Procurement MethodCompetitive procedure with negotiation
Value£100,000,000

Section I: Contracting authority

I.1) Name and addresses

Citizen Housing Group Limited

4040 Lakeside

Birmingham

B37 7YN

Contact

Joe Taylor

Email

joe.taylor [at] echelonconsultancy.co.uk

Telephone

+44 1707339800

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

https://www.citizenhousing.org.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

I.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=77371&B=ECHELON

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=77371&B=ECHELON

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local Agency/Office

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Citizen Housing Group Limited - Home Health Safety Checks

Reference number

1237

II.1.2) Main CPV code

  • 71314100 - Electrical services

II.1.3) Type of contract

Services

II.1.4) Short description

Citizen Housing is looking to appoint two contractors to deliver a complete compliance service to their stock across two geographical lots.

II.1.5) Estimated total value

Value excluding VAT: £100,000,000

II.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:

Citizen reserves the right to award both lots to one contractor, dependent on the outcome of the tender process.

II.2) Description

II.2.1) Title

Birmingham, Hereford and Worcester

Lot No

1

II.2.2) Additional CPV code(s)

  • 31200000 - Electricity distribution and control apparatus
  • 31210000 - Electrical apparatus for switching or protecting electrical circuits
  • 31211000 - Boards and fuse boxes
  • 31212000 - Circuit breakers
  • 31213000 - Distribution equipment
  • 31214000 - Switchgear
  • 31214500 - Electric switchboards
  • 31216000 - Lightning arrestors
  • 31600000 - Electrical equipment and apparatus
  • 31680000 - Electrical supplies and accessories
  • 31681000 - Electrical accessories
  • 31681400 - Electrical components
  • 31682000 - Electricity supplies
  • 39710000 - Electrical domestic appliances
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 39720000 - Non-electric domestic appliances
  • 42160000 - Boiler installations
  • 44100000 - Construction materials and associated items
  • 44111500 - Insulators and insulating fittings
  • 44111530 - Electrical insulating fittings
  • 44130000 - Sewer mains
  • 50531100 - Repair and maintenance services of boilers
  • 50531200 - Gas appliance maintenance services
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment
  • 51112000 - Installation services of electricity distribution and control equipment
  • 65100000 - Water distribution and related services
  • 65210000 - Gas distribution
  • 65310000 - Electricity distribution
  • 65320000 - Operation of electrical installations
  • 71317200 - Health and safety services
  • 71630000 - Technical inspection and testing services
  • 71631000 - Technical inspection services
  • 71632000 - Technical testing services

II.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

II.2.4) Description of the procurement

Scope of services as per procurement documents

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: £67,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Initial term of 5 years (60 months), with an option to extend to 10 years (120 months)

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Coventry

Lot No

2

II.2.2) Additional CPV code(s)

  • 31200000 - Electricity distribution and control apparatus
  • 31210000 - Electrical apparatus for switching or protecting electrical circuits
  • 31211000 - Boards and fuse boxes
  • 31212000 - Circuit breakers
  • 31213000 - Distribution equipment
  • 31214000 - Switchgear
  • 31214500 - Electric switchboards
  • 31216000 - Lightning arrestors
  • 31600000 - Electrical equipment and apparatus
  • 31680000 - Electrical supplies and accessories
  • 31681000 - Electrical accessories
  • 31681400 - Electrical components
  • 31682000 - Electricity supplies
  • 39710000 - Electrical domestic appliances
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 39720000 - Non-electric domestic appliances
  • 42160000 - Boiler installations
  • 44100000 - Construction materials and associated items
  • 44110000 - Construction materials
  • 44111500 - Insulators and insulating fittings
  • 44111530 - Electrical insulating fittings
  • 44130000 - Sewer mains
  • 50531000 - Repair and maintenance services for non-electrical machinery
  • 50531100 - Repair and maintenance services of boilers
  • 50531200 - Gas appliance maintenance services
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment
  • 51112000 - Installation services of electricity distribution and control equipment
  • 65100000 - Water distribution and related services
  • 65200000 - Gas distribution and related services
  • 65300000 - Electricity distribution and related services
  • 65310000 - Electricity distribution
  • 65320000 - Operation of electrical installations
  • 71317200 - Health and safety services
  • 71630000 - Technical inspection and testing services
  • 71631000 - Technical inspection services
  • 71632000 - Technical testing services

II.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

II.2.4) Description of the procurement

Scope of services as per procurement documents

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: £33,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Initial term of 5 years (60 months), with an option to extend to 10 years (120 months)

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date

2 May 2024

Local time

12:00pm

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

13 May 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This opportunity is being conducted utilising the CPN / competitive procedure with negotiation process.

Following the conclusion of the evaluation of cost and quality of the first stage tender for those bidders that are shortlisted at SQ stage, Citizen reserve the right to award the contract(s) at this stage and not progress to the negotiation stage of the process.

This will be considered where the top ranking bidder for each lot is 10 marks clear of the 2nd placed bidder for any lot.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Citizen will observe a 10-day stand still period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom