First Choice Homes Oldham is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Major Investment Works 2022-2026/7 for First Choice Homes Oldham Limited |
Notice type: | Contract Notice |
Authority: | First Choice Homes Oldham |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | First Choice Homes Oldham are seeking to appoint two contractors for the delivery of its Major Investment Works over a 4 year period with the option of an additional year. The nature of the contract is for the delivery of component renewal to FCHO’s occupied properties and communal areas with the works to be delivered through two separate lots, undertaking internal and external renewals separately. FCHO are seeking to deliver all works as efficiently as possible through the packaging of complementary investment wherever possible Bidders are reminded not to complete the Invitation to Tender documents until they are shortlisted to second stage and only submit the SQ document requirements by the stage 1 deadline of 8/12/2021. |
Published: | 08/11/2021 15:29 |
View Full Notice
UK-Oldham: Construction work.
Section I: Contracting Authority
I.1) Name and addresses
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935379, Email: Procurement@fcho.co.uk
Contact: Keith Mullender
Main Address: https://www.fcho.co.uk/, Address of the buyer profile: https://www.fcho.co.uk/
NUTS Code: UKD3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Oldham:-Construction-work./FC42Z9Z6CS
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Major Investment Works 2022-2026/7 for First Choice Homes Oldham Limited
Reference Number: Not provided
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: First Choice Homes Oldham are seeking to appoint two contractors for the delivery of its Major Investment Works over a 4 year period with the option of an additional year. The nature of the contract is for the delivery of component renewal to FCHO’s occupied properties and communal areas with the works to be delivered through two separate lots, undertaking internal and external renewals separately. FCHO are seeking to deliver all works as efficiently as possible through the packaging of complementary investment wherever possible
Bidders are reminded not to complete the Invitation to Tender documents until they are shortlisted to second stage and only submit the SQ document requirements by the stage 1 deadline of 8/12/2021.
II.1.5) Estimated total value:
Value excluding VAT: 55,000,000
Currency: GBP
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Bidders shortlisted to Stage 2 must submit a bid for both Lots, and FCHO will award each Lot to a separate provider. Should the same provider be ranked first for both Lots then FCHO will select the Lot to award to that provider and award the other Lot to the second placed provider.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Internal Works
Lot No: Lot No: 1
II.2.2) Additional CPV codes:
45311000 - Electrical wiring and fitting work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45211310 - Bathrooms construction work.
45331100 - Central-heating installation work.
45421151 - Installation of fitted kitchens.
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: The nature of the contract for this Lot is for the delivery of component renewal to FCHO’s occupied properties and communal areas with the works made up of a number of elements including kitchen, bathroom and central heating replacements, re-wiring works and cyclical works including painting and flooring.
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: 30,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Maximum number of bidders to be taken to second stage is 6 in total over both Lots 1 and 2
Contract may be extended by one additional year at FCHO discretion
II.2) Description Lot No. 2
II.2.1) Title: External Works
Lot No: 2
II.2.2) Additional CPV codes:
45421100 - Installation of doors and windows and related components.
45261210 - Roof-covering work.
45262640 - Environmental improvement works.
45262521 - Facing brickwork.
45342000 - Erection of fencing.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: The nature of the contract for this Lot is for the delivery of component renewal to FCHO’s occupied properties and communal areas with the works made up of a number of elements including pitched roofing, flat roofing and roofline, windows and doors, brickwork, fencing and gates access, and cyclicals works including painting
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: 25,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Maximum number of bidders to be taken to second stage is 6 in total over both Lots 1 and 2
Contract may be extended by one additional year at FCHO discretion
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
See procurement documents
III.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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/12/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/12/2021
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 month(s): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Oldham:-Construction-work./FC42Z9Z6CS
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FC42Z9Z6CS
VI.4) Procedures for review
VI.4.1) Review body:
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935379, Email: procurement@fcho.co.uk
Internet address: https://www.fcho.co.uk
VI.4.2) Body responsible for mediation procedures:
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935379, Email: procurement@fcho.co.uk
Internet address: https://www.fcho.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935379, Email: procurement@fcho.co.uk
Internet address: https://www.fcho.co.uk
VI.5) Date Of Dispatch Of This Notice: 08/11/2021
Annex A
Section I: Contracting Authority
I.1) Name and addresses
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935379, Email: Procurement@fcho.co.uk
Contact: Keith Mullender
Main Address: https://www.fcho.co.uk/, Address of the buyer profile: https://www.fcho.co.uk/
NUTS Code: UKD3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Oldham:-Construction-work./FC42Z9Z6CS
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Major Investment Works 2022-2026/7 for First Choice Homes Oldham Limited
Reference Number: Not provided
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: First Choice Homes Oldham are seeking to appoint two contractors for the delivery of its Major Investment Works over a 4 year period with the option of an additional year. The nature of the contract is for the delivery of component renewal to FCHO’s occupied properties and communal areas with the works to be delivered through two separate lots, undertaking internal and external renewals separately. FCHO are seeking to deliver all works as efficiently as possible through the packaging of complementary investment wherever possible
Bidders are reminded not to complete the Invitation to Tender documents until they are shortlisted to second stage and only submit the SQ document requirements by the stage 1 deadline of 8/12/2021.
II.1.5) Estimated total value:
Value excluding VAT: 55,000,000
Currency: GBP
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Bidders shortlisted to Stage 2 must submit a bid for both Lots, and FCHO will award each Lot to a separate provider. Should the same provider be ranked first for both Lots then FCHO will select the Lot to award to that provider and award the other Lot to the second placed provider.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Internal Works
Lot No: Lot No: 1
II.2.2) Additional CPV codes:
45311000 - Electrical wiring and fitting work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45211310 - Bathrooms construction work.
45331100 - Central-heating installation work.
45421151 - Installation of fitted kitchens.
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: The nature of the contract for this Lot is for the delivery of component renewal to FCHO’s occupied properties and communal areas with the works made up of a number of elements including kitchen, bathroom and central heating replacements, re-wiring works and cyclical works including painting and flooring.
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: 30,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Maximum number of bidders to be taken to second stage is 6 in total over both Lots 1 and 2
Contract may be extended by one additional year at FCHO discretion
II.2) Description Lot No. 2
II.2.1) Title: External Works
Lot No: 2
II.2.2) Additional CPV codes:
45421100 - Installation of doors and windows and related components.
45261210 - Roof-covering work.
45262640 - Environmental improvement works.
45262521 - Facing brickwork.
45342000 - Erection of fencing.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: The nature of the contract for this Lot is for the delivery of component renewal to FCHO’s occupied properties and communal areas with the works made up of a number of elements including pitched roofing, flat roofing and roofline, windows and doors, brickwork, fencing and gates access, and cyclicals works including painting
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: 25,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Maximum number of bidders to be taken to second stage is 6 in total over both Lots 1 and 2
Contract may be extended by one additional year at FCHO discretion
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
See procurement documents
III.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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/12/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/12/2021
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 month(s): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Oldham:-Construction-work./FC42Z9Z6CS
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FC42Z9Z6CS
VI.4) Procedures for review
VI.4.1) Review body:
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935379, Email: procurement@fcho.co.uk
Internet address: https://www.fcho.co.uk
VI.4.2) Body responsible for mediation procedures:
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935379, Email: procurement@fcho.co.uk
Internet address: https://www.fcho.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
First Choice Homes Oldham
First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
Tel. +44 1613935379, Email: procurement@fcho.co.uk
Internet address: https://www.fcho.co.uk
VI.5) Date Of Dispatch Of This Notice: 08/11/2021
Annex A