Aspire Housing
Kingsley, The Brampton
Newcastle Under Lyme
ST5 0QW
UK
Contact person: Mr Gary Stephens
Telephone: +44 7484130029
E-mail: gstephens@aspirehousing.co.uk
NUTS: UKG24
Internet address(es)
Main address: http://www.aspirehousing.co.uk/
Address of the buyer profile: http://www.aspirehousing.co.uk/
The procurement documents are available for unrestricted and full direct access, free of charge at:
II.1.1) Title
Surveying Services - ID390
Reference number: DN663164
II.1.2) Main CPV code
71251000
II.1.3) Type of contract
Services
II.1.4) Short description
Aspire Housing (“Aspire”) are inviting bids from organisations who might be able to provide surveying services (Lot 1 - Residential Stock Condition Surveys, Full Stock Condition Surveys, Block Surveys, Lot 2 - Energy Performance Certificates (Residential), Lot 3 - Energy Performance Certificates - (Commercial), Lot 4 - Garage Site Surveys, Car park Surveys, Road Survey, Lot 5 Disrepair Surveys) that meet Aspires current requirement for its housing stock. Aspire wish to appoint surveyors with suitable expertise and experience to undertake a programme of surveys on various property and asset types. Service Providers can bid for all five (5) Lots, one Lot or in any combination. Ideally, Aspire is looking for economies of scale. The requirements are described in Document 2 - Specification.
The process is a restricted process, with a Selection Questionnaire stage being used to select up to 7 suppliers for each Lot who will be invited to submit a full tender.
II.1.5) Estimated total value
Value excluding VAT:
942 975.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Lot No: 1
II.2.1) Title
Lot 1 - Residential Stock Condition Surveys
II.2.2) Additional CPV code(s)
71310000
71315000
71315300
II.2.3) Place of performance
NUTS code:
UKG24
II.2.4) Description of the procurement
The Stock Condition Surveys are delivered on a 5-year rolling programme to ensure that all data is kept up to date to give a true reflection of the stock. All properties have had a stock condition survey completed and no cloned data exists in the database. Aspire uses the asset management software Orchard Asset (MRI) to complete these surveys. The successful surveyors will be required to provide the collected data within Orchard Asset where applicable.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract will be renewed at the end of 5 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:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made through the Housing Procurement (Proactis) portal. The process we will apply is fully documented within Document 5 - Selection Questionnaire. This provides clarity on Pass/Fail questions and selection questions which will be based on a scoring matrix. Selection Questionnaires will be scored in the following way: 0-Unacceptable, 1- Poor, 2-Acceptable, 3-Good, 4-Excellent. This is all detailed in the supporting information. We will take up to the seven highest bidders through and they will be invited to submit a tender.
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
Lot No: 2
II.2.1) Title
Lot 2 - Energy Performance Certificates (EPC's) - Residential
II.2.2) Additional CPV code(s)
71314000
71314200
71314300
II.2.3) Place of performance
NUTS code:
UKG24
II.2.4) Description of the procurement
There would be a requirement for EPCs to be completed and lodged to the government portal. Upon completion we would require a xml document for each property which can be imported into our Asset energy database (example Appendix 5).
EPCs would be required prominently on void properties where access arrangements will be provided (Key safe codes). For void properties a new EPC would be commissioned if there is not a valid in date EPC registered. On occasions an EPC may be required for tenanted properties.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract will be renewed at the end of 5 years.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made through the Housing Procurement (Proactis) portal. The process we will apply is fully documented within Document 5 - Selection Questionnaire. This provides clarity on Pass/Fail questions and selection questions which will be based on a scoring matrix. Selection Questionnaires will be scored in the following way: 0-Unacceptable, 1- Poor, 2-Acceptable, 3-Good, 4-Excellent. This is all detailed in the supporting information. We will take up to the seven highest bidders through and they will be invited to submit a tender.
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
Lot No: 3
II.2.1) Title
Lot 3 - Energy Performance Certificates (EPC's) - Commercial
II.2.2) Additional CPV code(s)
71314000
71314200
71314300
II.2.3) Place of performance
NUTS code:
UKG24
II.2.4) Description of the procurement
Aspire have approx. 100 small retail units let on short term leases. There would be a requirement for EPCs to be completed and lodged to the government portal as they expire/trigger point reached. Upon completion we would require a xml document for each property which can be imported into our Asset energy database
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract will be renewed in 5 years.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made through the Housing Procurement (Proactis) portal. The process we will apply is fully documented within Document 5 - Selection Questionnaire. This provides clarity on Pass/Fail questions and selection questions which will be based on a scoring matrix. Selection Questionnaires will be scored in the following way: 0-Unacceptable, 1- Poor, 2-Acceptable, 3-Good, 4-Excellent. This is all detailed in the supporting information. We will take up to the seven highest bidders through and they will be invited to submit a tender.
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
Lot No: 4
II.2.1) Title
Lot 4 - Miscellaneous Assets
II.2.2) Additional CPV code(s)
71200000
71250000
71251000
II.2.3) Place of performance
NUTS code:
UKG24
II.2.4) Description of the procurement
Aspire commits to an annual survey of all miscellaneous assets which includes garage sites, carparks and un-adopted roads. The purpose of this survey is to collect and validate condition data for key components and features and to also check for any risks and issues. The visit ensures we meet our insurance obligations. In general, these surveys will all have data held against them apart from where new assets come over as part of a development programme.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract will be renewed every 5 years
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made through the Housing Procurement (Proactis) portal. The process we will apply is fully documented within Document 5 - Selection Questionnaire. This provides clarity on Pass/Fail questions and selection questions which will be based on a scoring matrix. Selection Questionnaires will be scored in the following way: 0-Unacceptable, 1- Poor, 2-Acceptable, 3-Good, 4-Excellent. This is all detailed in the supporting information. We will take up to the seven highest bidders through and they will be invited to submit a tender.
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
Lot No: 5
II.2.1) Title
Lot 5 - Disrepair Surveys
II.2.2) Additional CPV code(s)
71200000
II.2.3) Place of performance
NUTS code:
UKG24
II.2.4) Description of the procurement
Aspire receives disrepair claims under the Pre Action Housing Disrepair Protocol. Once in receipt legal representative is instructed and a survey inspection is required as soon as possible to assess disrepair in the property. A survey report is required setting out any items of repairs within the property and an associated schedule of repairs with costs. (example Appendix 7). This is an initial survey identifying any disrepair issues and not a formal Expert Witness report. Within this report it will respond to allegations of disrepair and also detail other items of repair which need addressing with a recommended schedule of repair.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract will be renewed after 5 years.
II.2.9) Information about the limits on the number of candidates to be invited
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
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:
We will be seeking surveyors who are members of RICS, and Energy Assessors who is a current member of an accreditation scheme.
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