Sovereign Network Homes: External Cladding and Remediation Works Framework

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

Notice Summary
Title: External Cladding and Remediation Works Framework
Notice type: Contract Notice
Authority: Sovereign Network Homes
Nature of contract: Works
Procedure: Open
Short Description: Network Homes wishes to establish a Framework Agreement for external cladding and remediation works. The main areas of work will generally apply to external wall systems but may also include internal fire compartmentation including fire doors, AOV, sprinkler and alarm systems and other associated cyclical maintenance/decoration works that it may be cost effective to include in the individual works contracts.
Published: 27/10/2021 10:26
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: Cladding works.
Section I: Contracting Authority
      I.1) Name and addresses
             Network Homes
             The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
             Tel. +44 20878204312, Email: tenders@networkhomes.org.uk
             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:-Cladding-works./64T6F6W68T
      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-title/64T6F6W68T 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: External Cladding and Remediation Works Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45262650 - Cladding works.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Network Homes wishes to establish a Framework Agreement for external cladding and remediation works.
The main areas of work will generally apply to external wall systems but may also include internal fire compartmentation including fire doors, AOV, sprinkler and alarm systems and other associated cyclical maintenance/decoration works that it may be cost effective to include in the individual works contracts.       
      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: Yes       
      Tenders may be submitted for: One lot only
      Maximum number of lots that may be awarded to one tenderer: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Main Contractors       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45320000 - Insulation work.
      45262370 - Concrete-coating work.
      45262650 - Cladding works.
      45343000 - Fire-prevention installation works.
      45262500 - Masonry and bricklaying work.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Main Contractors Lot
•The measured works could incorporate works to internal fire compartmentation works, mechanical and electrical installations or other building fabric elements as well as works to the external wall/façade systems.
•Multiple sub-contract packages required to complete works.
•Contractors Design Portion (where used) will involve co-ordination of multiple design parties to provide a remedial solution.
•Measured works delivered by a mixture of direct and indirect staff.
•Project complexity demands that high levels of resident liaison, communication and co-ordination are required to deliver the works.
      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: Not provided       
      Currency: Not provided       
      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.2.10) 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: Due to the current market and the unknown volume of other ‘Social Housing Providers’ using the framework agreement over the framework period, the value
of the framework in the notice and this lot is not in any way an accurate estimate of the value of works to be
awarded and the total spend could vary considerably.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Specialist Contractors       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45262650 - Cladding works.
      45320000 - Insulation work.
      45262370 - Concrete-coating work.
      45262500 - Masonry and bricklaying work.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: External Wall / Cladding Specialists
•The large majority of measured works will be to the external wall/façade systems.
•Few sub-contract packages required to complete works.
•Contractors Design Portion (where used) will involve contractors technical design, co-ordination and installation details.
•Measured works delivered predominantly by direct staff
•Resident liaison may be required.
      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: Not provided       
      Currency: Not provided       
      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.2.10) 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: Due to the current market and the unknown volume of other ‘Social Housing Providers’ using the framework over the framework period, the value of the
framework in the notice and this lot is not in any way an accurate estimate of the value of works to be awarded
and the total spend could vary considerably.       


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          
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   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: 13           
         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: 30/11/2021 Time: 12:00
            
      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
      
      IV.2.7) Conditions for opening of tenders:
         Date: 30/11/2021
         Time: 13:00
      

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: Network Homes wishes to establish a Framework Agreement for the provision of external cladding and Fire remediation related works.

We are one of the UK’s leading housing associations with over 40 years’ experience developing award winning homes. A member of the G15 Group of London’s largest housing associations, we own and manage approx. 21,000 homes across London, Hertfordshire and the South East. We love to build homes and we take great pride in the quality of the homes we deliver. For further details visit www.networkhomes.org.uk

Network Home are now looking to widen the scope of their remediation of their High-Risk Residential Buildings and step up the investigation of their low rise stock. It is anticipated that the value of this work will be circa 50 million pounds, this will be dependent on the defects uncovered by the investigatory works which are in the planning stage at the moment. The area covered is predominantly north and north west London and Hertfordshire. There are in the region of 55 sites affected and 1500 units, so there is a significant number of buildings to be investigated as part of this next tranche works being undertaken which Network Homes will be looking to call off this particular framework to assist us with.
The Framework will start in April 2022 and will be for a period of 4 years.
We will appoint Contractors to the framework as follows:
Lot 1: 5
Lot 2: 8

Network Homes has a number of wholly owned subsidiaries who will be entitled to call off contracts under this
framework. It is also likely to be used by local authorities and other social housing providers in the UK (both those that are in existence now and those that may come into
existence during the term of the framework agreement) may also be entitled to call off contracts under the
framework agreement. ‘Social Housing Provider’ for this purpose means any provider of social housing and
includes registered providers (as listed on the Gov.UK Website: https://www.gov.uk/government/publications/
current-registered-providers-of-social-housing) and may include local authorities and ALMO's. Applicants should
note that, under the framework agreement, no organisation entitled to call off shall be under any obligation to
do so and no social housing provider has the automatic right to do so without direct permission from Network
Homes Ltd.

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:-Cladding-works./64T6F6W68T

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/64T6F6W68T
   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 2LL, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 27/10/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Wembley: Cladding works.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Network Homes
       The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
       Tel. +44 20878204312, Email: tenders@networkhomes.org.uk
       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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: External Cladding and Remediation Works Framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45262650 - Cladding works.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Network Homes wishes to establish a Framework Agreement for external cladding and remediation works.
The main areas of work will generally apply to external wall systems but may also include internal fire compartmentation including fire doors, AOV, sprinkler and alarm systems and other associated cyclical maintenance/decoration works that it may be cost effective to include in the individual works contracts.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 50,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Main Contractors   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45320000 - Insulation work.
            45262370 - Concrete-coating work.
            45262650 - Cladding works.
            45343000 - Fire-prevention installation works.
            45262500 - Masonry and bricklaying work.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Main Contractors Lot
•The measured works could incorporate works to internal fire compartmentation works, mechanical and electrical installations or other building fabric elements as well as works to the external wall/façade systems.
•Multiple sub-contract packages required to complete works.
•Contractors Design Portion (where used) will involve co-ordination of multiple design parties to provide a remedial solution.
•Measured works delivered by a mixture of direct and indirect staff.
•Project complexity demands that high levels of resident liaison, communication and co-ordination are required to deliver the works.

      II.2.5) Award criteria:
                  
      Price - Weighting: 40
            

      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: Due to the current market and the unknown volume of other ‘Social Housing Providers’ using the framework agreement over the framework period, the value
of the framework in the notice and this lot is not in any way an accurate estimate of the value of works to be
awarded and the total spend could vary considerably.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Specialist Contractors   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45262650 - Cladding works.
            45320000 - Insulation work.
            45262370 - Concrete-coating work.
            45262500 - Masonry and bricklaying work.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: External Wall / Cladding Specialists
•The large majority of measured works will be to the external wall/façade systems.
•Few sub-contract packages required to complete works.
•Contractors Design Portion (where used) will involve contractors technical design, co-ordination and installation details.
•Measured works delivered predominantly by direct staff
•Resident liaison may be required.

      II.2.5) Award criteria:
       Not Provided

      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: Due to the current market and the unknown volume of other ‘Social Housing Providers’ using the framework over the framework period, the value of the
framework in the notice and this lot is not in any way an accurate estimate of the value of works to be awarded
and the total spend could vary considerably.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2021/S 000-026897
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Main Contractors

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 15
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 15

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             EQUANS Regeneration Ltd, 01738371
             Shared Services Centre, Q3 Office, Quorum Business Park, Benton Lane, Newcastle Upon Tyne, NE12 8EX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Guildmore Ltd, 03517348
             61 Widmore Rd, Bromley, BR1 3AA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Axis Europe PLC, 01991637
             Tramway House, 3 Tramway Ave, London E15 4PN, London, E15 4PN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.4)
             United Living (South) Ltd, 00817560
             Media House, Azalea Drive, Swanley, BR8 8HU, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.5)
             Mulalley & Co Ltd, 01534913
             Teresa Gavin House, Southend Rd, Woodford, Woodford Green, Essex, IG8 8FA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.6)
             Durkan Ltd, 00997195
             4, Elstree Gate, Elstree Way, Borehamwood WD6 1JD, Borehamwood, WD6 1JD, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 30,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Specialists

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             N & J Building Services Ltd, N/A
             Unit F5, Point, Crabtree Manorway N,, Belvedere, DA17 6AX, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Lawtech Group Ltd, 05301280
             11 Lakeside Park, Rochester, ME2 4LT, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Arte Construction Ltd, 12262724
             LEYTONSTONE HOUSE, 3 HANBURY DRIVE, Leytonstone, London, E11 1GA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Conneely Facades Ltd, 05661631
             Braemar House, Water Lane, Stansted, CM24 8BJ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: Network Homes wishes to establish a Framework Agreement for the provision of external cladding and Fire remediation related works.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=689148231

   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 review procedure may be obtained
          The High Court
          The Strand, London, WC2A 2LL, United Kingdom

   VI.5) Date of dispatch of this notice: 10/05/2022