Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Red Kite Community Housing
Windsor Court, Kingsmead Business Park
High Wycombe
HP11 1JU
UK
Contact person: Procurement Team
E-mail: procurement@effefftee.co.uk
NUTS: UK
Internet address(es)
Main address: https://redkitehousing.org.uk/
Address of the buyer profile: https://redkitehousing.org.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.mytenders.co.uk
Additional information can be obtained from another address:
Faithorn Farrell Timss
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
UK
Contact person: Procurement Team
E-mail: procurement@effefftee.co.uk
NUTS: UKJ13
Internet address(es)
Main address: https://www.effefftee.co.uk
Address of the buyer profile: https://www.effefftee.co.uk
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk
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
T1-6688 Red Kite Repairs & Voids Contract
II.1.2) Main CPV code
45453100
II.1.3) Type of contract
Works
II.1.4) Short description
The works will include the delivery of Responsive Repairs and Voids Refurbishment Works to properties owned and managed by Red Kite Community Housing.
II.1.5) Estimated total value
Value excluding VAT:
25 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45453100
II.2.3) Place of performance
NUTS code:
UKJ13
Main site or place of performance:
Properties owned and managed by Red Kite Community Housing
II.2.4) Description of the procurement
The contract is for Responsive Repairs and Void Refurbishment Works to properties owned / managed by Red Kite Community Housing
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
25 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
It is intended that the contract will commence in May 2023, and run for a period of five years with the option for renewal, as decided by RKCH, for an extension of up to a further two years which may be awarded as two years or one year plus one year. The maximum duration of the contract is therefore seven years
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite between 5 and 7 Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6.
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.2.14) Additional information
Please note the indicative contract value excludes VAT and is based upon the maximum 7 year term.
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:
As set out within the tender documents.
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
III.2) Conditions related to the contract
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 001-226249
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/09/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
18/10/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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=227003.
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:227003)
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
08/08/2022