Sovereign Network Homes: Responsive Repairs and Voids Procurement

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

Notice Summary
Title: Responsive Repairs and Voids Procurement
Notice type: Contract Notice
Authority: Sovereign Network Homes
Nature of contract: Works
Procedure: Restricted
Short Description: Sovereign Network Homes (SNH) is looking to procure two suitable providers to deliver Repairs and Voids to their housing stock across two geographical Lots. The Contract will be for an initial term of 3 years with optional extensions of a maximum further 2 years. The extensions will consist of one year plus one year.
Published: 07/06/2024 15:02
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: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             Sovereign Network Homes
             The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
             Tel. +44 7342933523, Email: shelley.wood@lumensol.co.uk
             Contact: Shelley Wood
             Main Address: https://www.sng.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:-Construction-work./95AUP8J3VA
      Additional information can be obtained from: the abovementioned address
      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: 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: Responsive Repairs and Voids Procurement       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Sovereign Network Homes (SNH) is looking to procure two suitable providers to deliver Repairs and Voids to their housing stock across two geographical Lots. The Contract will be for an initial term of 3 years with optional extensions of a maximum further 2 years. The extensions will consist of one year plus one year.       
      II.1.5) Estimated total value:
      Value excluding VAT: 90,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      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: London (excluding East London)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      50700000 - Repair and maintenance services of building installations.
      50000000 - Repair and maintenance services.
      45400000 - Building completion work.
      45300000 - Building installation work.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: SNH are seeking expressions of interest from suitably skilled and experienced suppliers to deliver repairs and voids split into two geographical Lots across London, Hertfordshire, Bedfordshire and Buckinghamshire.
The services required by this contract include repair and maintenance works to SNH’s housing stock, and work to bring void properties up to the lettable standard.
There may also be occasions where the Providers are required to deliver component replacement (e.g. kitchens, bathrooms, rewires and the like) on an ad-hoc, reactive basis both in tenanted and void properties.
Bidders will be able to apply for both Lots but will only be awarded one. If any bidder is successful in winning both Lots, SNH will, at their sole discretion, decide which Lot they will be awarded to and they will then be eliminated from the other Lot.
The successful Providers will enter into contract with SNH utilising a Term Alliance Contract (TAC-1) for an initial term of 3 years, with a maximum optional extension of 2 years consisting of annual renewals.
SNH are following the Restricted procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
      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: 53,800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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: 5
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Optional extension for additional 2 years in the form of 1+1
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/95AUP8J3VA       
II.2) Description Lot No. 2
      
      II.2.1) Title: East & Outer London       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      50700000 - Repair and maintenance services of building installations.
      50000000 - Repair and maintenance services.
      45400000 - Building completion work.
      45300000 - Building installation work.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: SNH are seeking expressions of interest from suitably skilled and experienced suppliers to deliver repairs and voids split into two geographical Lots across London, Hertfordshire, Bedfordshire and Buckinghamshire.
The services required by this contract include repair and maintenance works to SNH’s housing stock, and work to bring void properties up to the lettable standard.
There may also be occasions where the Providers are required to deliver component replacement (e.g. kitchens, bathrooms, rewires and the like) on an ad-hoc, reactive basis both in tenanted and void properties.
Bidders will be able to apply for both Lots but will only be awarded one. If any bidder is successful in winning both Lots, SNH will, at their sole discretion, decide which Lot they will be awarded to and they will then be eliminated from the other Lot.
The successful Providers will enter into contract with SNH utilising a Term Alliance Contract (TAC-1) for an initial term of 3 years, with a maximum optional extension of 2 years consisting of annual renewals.
SNH are following the Restricted procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
      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: 36,200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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: 5
            
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Optional extension of term for 2 additional years in the form of 1 +1
      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:          
      All operational, supervisory and management staff, including subcontractors, utilised on the Contract are to be certified under CSCS.1.1.2The following list of qualifications is provided to give an indication of the training that operatives of the Provider may require to enable completion of the Tasks under this Contract. This list is not intended to be exhaustive and it is the Provider’s responsibility to ensure that its Workforce has the relevant training to complete their role:


a)National Inspection Council for Electrical Installation Contracting (NICEIC)
b)Part P Electrical
c)Electrical Contractors Association (ECA)
d)British Approvals for Fire Equipment, BAFE, Applicable Scheme Accreditation
e)Safe use of ladders and stepladders
f)Health and safety
g)FIRAS/ BMTrada/ QMARK
h)Asbestos Awareness
i)Confined Space
j)Fire Risk and Evacuations Procedures
k)International Powered Access Federation (IPAF) Qualification
l)Prefabricated Aluminium Scaffolding Manufacturer's Association (PASMA) Qualification.    
      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 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 - NO        
         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: Yes       
   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: 12/07/2024 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: 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.
SNH reserve the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at it's sole discretion. SNH shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with SNH shall be incurred entirely at that applicant's/tenderer's risk.
SNH anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to this Contract.
This contract notice is being issued in the name of Sovereign Network Homes (SNH) as this is our current legal identity, however in April 25 we will fully merge with SNG and the contract will be novated into this name.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Construction-work./95AUP8J3VA

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/95AUP8J3VA
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Sovereign Network Homes
          The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0NU, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will observe a 10-day stand still period following the aware of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          The High Court of England and Wales
       The Strand,, London, WC2A 2LL, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 07/06/2024

Annex A


View any Notice Addenda

View Award Notice