Sovereign Network Homes: Planned Works Framework

  Sovereign Network Homes is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Planned Works Framework
Notice type: Contract Notice
Authority: Sovereign Network Homes
Nature of contract: Works
Procedure: Restricted
Short Description: Network Homes is seeking to appoint 4 experienced and suitably qualified providers to our Planned Works Framework. The works required include but not restricted to: Kitchen and Bathrooms, Roofing, Windows and Doors, Cyclical Decorations, External Works and any other Planned Works, Access / Scaffolding, Asbestos surveys and tests if required This list is not exhaustive, but is provided as an indication of works that may be instructed under the Framework. The Framework will be a JCT Framework Agreement and will start in Jan 24 and will be for 4 years.. The contracts under the framework agreement will include JCT intermediate and JCT minor works. The Framework will allow for both direct awards and Competitive Mini Tender bids, it will be priced through the NHF schedule of rates 7.2, depending on the element pricing will consist of Quoted works, Basket rates and Fixed prices being used for specialist services.
Published: 04/08/2023 10:56
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Wembley: Overhaul and refurbishment work.
Section I: Contracting Authority
      I.1) Name and addresses
             Network Homes
             The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
             Tel. +44 0208078204312, Email: tenders@networkhomes.orh.uk
             Contact: Linda Lally
             Main Address: https://www.networkhomes.org.uk
             NUTS Code: UKI
      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-Wembley:-Overhaul-and-refurbishment-work./6P957V443B
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Overhaul-and-refurbishment-work./6P957V443B 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: Planned Works Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45453000 - Overhaul and refurbishment work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Network Homes is seeking to appoint 4 experienced and suitably qualified providers to our Planned Works Framework. The works required include but not restricted to:
Kitchen and Bathrooms, Roofing, Windows and Doors, Cyclical Decorations, External Works and any other Planned Works, Access / Scaffolding, Asbestos surveys and tests if required
This list is not exhaustive, but is provided as an indication of works that may be instructed under the Framework.
The Framework will be a JCT Framework Agreement and will start in Jan 24 and will be for 4 years.. The contracts under the framework agreement will include JCT intermediate and JCT minor works.
The Framework will allow for both direct awards and Competitive Mini Tender bids, it will be priced through the NHF schedule of rates 7.2, depending on the element pricing will consist of Quoted works, Basket rates and Fixed prices being used for specialist services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 50,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      44221100 - Windows.
      44221200 - Doors.
      45211310 - Bathrooms construction work.
      45261210 - Roof-covering work.
      45261900 - Roof repair and maintenance work.
      45332400 - Sanitary fixture installation work.
      45421151 - Installation of fitted kitchens.
      45442180 - Repainting work.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Network Homes is seeking to appoint 4 experienced and suitably qualified providers to our Planned Works Framework.
The works required by the framework agreement can include but are not restricted to:
•Kitchen and Bathrooms
•Roofing
•Windows and Doors
•Cyclical Decorations
•External Works and any other Planned Works
•Access / Scaffolding
•Asbestos surveys and tests if required.
This list is not exhaustive, but is provided as an indication of works that may be instructed under the Framework Agreement.
      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: 50,000,000       
      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: 10
            
      Objective criteria for choosing the limited number of candidates: See Procurement documents
      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: Not provided       


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
      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       
      Not provided          
      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: Yes    

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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 4               
         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: 08/09/2023 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 22/09/2023       
      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): 5
      
      

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 No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: There is a proposed merger between Network Homes Ltd and Sovereign Housing Association Limited to form Sovereign Network Group.
The proposed merger date is 1st October 2023 and subject to final negotiations and board approval from the respective organisations:
If the merger is approved:
1.Network Homes Limited will remain as legal entity. Its registration details will not change. It will however change its registered name to “Sovereign Network Homes”. It will also become a subsidiary of Sovereign Housing Association Limited (trading as “Sovereign Network Group”).
2.Sovereign Housing Association Limited will remain as a legal entity. Its registration details and registered name will not change. It will however have a new trading name of “Sovereign Network Group”.
3.There will then be a period of integration before Sovereign Network Group are fully integrated in April 2025.
This Contract Notice is issued in the name of Network Homes, if the merger is approved and depending upon the timing of this procurement, the contract will be awarded in the name of Sovereign Network Homes.
If awarded in the name of Sovereign Network Homes, the contract will be available to Sovereign Network Group. If the merger is not approved, the Contract will be issued in the name of Network Homes.
The value of the framework in the notice is an estimate of the value of works to be awarded and the total spend could vary considerably from this estimate.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Overhaul-and-refurbishment-work./6P957V443B

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6P957V443B
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court
       The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 20878204312
   VI.4.2) Body responsible for mediation procedures:
             Network Homes
          The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
          Tel. +44 20878204312
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The contracting authority will observe a minimum 10 calendar day standstill period from the day of
communication to the tenderers of the authority's intended award decision.
There is no right of appeal to the contracting authority and instead the UK Public Contracts Regulations 2015
provide for an aggrieved party to apply to the High Court of England and Wales concerning any alleged breach unless an extension is agreed by the Courts    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          The High Court
       The Strand, London, WC2A 2L, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 04/08/2023

Annex A


View any Notice Addenda

View Award Notice