Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Tender for the Provision of a 4 Year Contract for Cyclical Redecoration and Associated Repairs Works

  • First published: 07 October 2019
  • Last modified: 07 October 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Paragon Asra Housing Limited
Authority ID:
AA63816
Publication date:
07 October 2019
Deadline date:
06 November 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 3: London — estimated annual contract value 833 333,33 GBP excluding VAT 1.2.3 The works and services required by these contracts can include but are not restricted to:

— the complete redecoration of all previously painted external surfaces and internal common parts to blocks and houses as detailed in the property list,

— renewal of fascias and soffits where required (to match existing),

— renewal of timber canopies where required,

— pre-paint repairs,

— timber window repairs/renewals,

— renewal of communal floor finishes where required.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Paragon Asra Housing Ltd

10496999

Third Floor, Pentagon House; 52-54 Southwark Street

London

SE1 1UN

UK

Contact person: Faithorn Farrell Timms LLP

Telephone: +44 1689885080

E-mail: procurement@effefftee.co.uk

NUTS: UK

Internet address(es)

Main address: https://www.pahousing.co.uk/

Address of the buyer profile: https://in-tendhost.co.uk/pahousing/aspx/Home

I.3) Communication

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

https://in-tendhost.co.uk/pahousing/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/pahousing/aspx/Home


Tenders or requests to participate must be sent 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:

https://in-tendhost.co.uk/pahousing/aspx/Home


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

Tender for the Provision of a 4 Year Contract for Cyclical Redecoration and Associated Repairs Works

Reference number: PAPP-0021

II.1.2) Main CPV code

45442100

 

II.1.3) Type of contract

Works

II.1.4) Short description

PA Housing are looking for contractors who can meet their specification whilst delivering excellent workmanship along with outstanding customer satisfaction. The contracts are for cyclical decorations and repairs work contract to properties owned/managed by PA Community Housing Limited (PA) in south east London and the Midlands.

II.1.5) Estimated total value

Value excluding VAT: 6 666 664.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

Lot No: 1

II.2.1) Title

Midlands South

II.2.2) Additional CPV code(s)

45442100

45451000

39298900

45442110

II.2.3) Place of performance

NUTS code:

UKG33

UKF2

UKF21


Main site or place of performance:

Please refer to the property list by local authority within tender document 1.

II.2.4) Description of the procurement

Lot 3: London — estimated annual contract value 833 333,33 GBP excluding VAT 1.2.3 The works and services required by these contracts can include but are not restricted to:

— the complete redecoration of all previously painted external surfaces and internal common parts to blocks and houses as detailed in the property list,

— renewal of fascias and soffits where required (to match existing),

— renewal of timber canopies where required,

— pre-paint repairs,

— timber window repairs/renewals,

— renewal of communal floor finishes where required.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 416 666.50  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

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

II.2.14) Additional information

Please note the indicative value of the lot is excluding VAT and per annum.

Lot No: 2

II.2.1) Title

Midlands North

II.2.2) Additional CPV code(s)

45442100

45451000

39298900

45442110

II.2.3) Place of performance

NUTS code:

UKF14

UKF21


Main site or place of performance:

Please refer to the property list by Local Authority within tender document 1.

II.2.4) Description of the procurement

1.2.3 The works and services required by these contracts can include but are not restricted to:

— the complete redecoration of all previously painted external surfaces and internal common parts to blocks and houses as detailed in the property list,

— renewal of fascias and soffits where required (to match existing),

— renewal of timber canopies where required,

— pre-paint repairs,

— timber window repairs/renewals,

— renewal of communal floor finishes where required.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 416 666.50  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

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

II.2.14) Additional information

Please note that the indicative value of the lot is excluding VAT and per annum.

Lot No: 3

II.2.1) Title

London

II.2.2) Additional CPV code(s)

45442100

45451000

39298900

45442110

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Please refer to the site list by local authorities within tender document 1.

II.2.4) Description of the procurement

1.2.3 The works and services required by these contracts can include but are not restricted to:

— the complete redecoration of all previously painted external surfaces and internal common parts to blocks and houses as detailed in the property list,

— renewal of fascias and soffits where required (to match existing),

— renewal of timber canopies where required,

— pre-paint repairs,

— timber window repairs/renewals,

— renewal of communal floor finishes where required.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 833 333.33  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

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

II.2.14) Additional information

Please note that the indicative value of the lot is excluding VAT and per annum.

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 in the tender documentation.

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

Open procedure

IV.1.8) Information about 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: 06/11/2019

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 06/11/2019

Local time: 12:01

Place:

Location of the opening ceremony can be at any office due to the nature of the E-procurement portal.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Tenderers may submit bids for 1 or more lots however, tenderers will only be permitted to win Lot 3 (London) and either Lot 1 (Midlands South) or Lot 2 (Midlands North). No tenderer will be permitted to win both Lot 1 and Lot 2. In the event that the same tenderer is top placed tenderer for all 3 lots, Lot 1 and Lot 3 will be awarded in the first instance with Lot 2 awarded to the second placed tenderer. PA will may also seek to appoint a reserve contractor for each lot who may be issued with work in circumstances that PA deem to be appropriate and in full accordance with the provisions set out within the schedule of amendments to the JCT Measured Term Contracts 2016. The leading tenderer at the conclusion of the evaluation process will be awarded the contract and the second placed tenderer may be appointed as the reserve contractor on a lot by lot basis.

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

Telephone: +44 2079476000

VI.4.2) Body responsible for mediation procedures

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

02/10/2019

Coding

Commodity categories

ID Title Parent category
45451000 Decoration work Other building completion work
39298900 Miscellaneous decoration items Statuettes, ornaments; photograph or picture frames, and mirrors
45442100 Painting work Application work of protective coatings
45442110 Painting work of buildings Application work of protective coatings

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@effefftee.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.